You are on page 1of 742

DELHI TRANSCO LTD

(A Government of NCT of Delhi Undertaking)

Bidding Documents
For
Design, Engineering, Manufacturing, Supply, Erection, Testing
& Commissioning of 220/33 kV GIS Sub-Station with complete
civil works & automation at Rajghat Power House New Delhi
(India) on Turnkey Basis.

Volume – I, II & III

Tender No: T19P070206


DELHI TRANSCO LTD
(A Government of NCT of Delhi Undertaking)

Bidding Documents
For
Design, Engineering, Manufacturing, Supply, Erection, Testing
& Commissioning of 220/33 kV GIS Sub-Station with complete
civil works & automation at Rajghat Power House New Delhi
(India) on Turnkey Basis.

Volume – I

Tender No: T19P070206


VOLUME-I

CONDITIONS OF CONTRACT

CONTENTS

Section - I Invitation for Bid (IFB)

Section - II Instruction to Bidders (ITB)

Section - III Bid Data Sheet (BDS)

Section - IV Conditions of Contract (CC)

Section –V Special Conditions of Contract (SCC)

Section - VI Forms and Procedures (F&P)


SECTION-I

INVITATION FOR BID


(IFB)
SECTION-I

INVITATION FOR BID (IFB)

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of 220/33 kV GIS
Sub-Station with complete civil works & automation at Rajghat Power House New Delhi (India) on
Turnkey Basis..

(International Competitive Bidding)

Date of issuance of IFB :, …. (As per Web Notification and relevant Corrigendum)…...

Tender No. : T19P070206

1.0 Delhi Transco Limited invites Two Part Bids from eligible bidders Design, Engineering,
Manufacturing, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with
complete civil works & automation at Rajghat power House New Delhi (India) on Turnkey Basis..
The scope of work covered under this package shall include complete Project Management,
Design, Engineering, Type Testing, Manufacture, Transportation to Site, Insurance, Storage,
Erection, Testing & Commissioning of complete work on single source responsibility.

The supply of major equipments includes:

i. 220 kV and 33 kV SF6 Gas Insulated Transformer Bay Modules, Line Feeder Bay
Modules, Bus Coupler Bay Modules & Bus Bar Modules generally comprising of :
a. SF6 gas insulated Circuit Breaker
b. Current Transformer
c. Bus-Bar disconnectors with common grounding switch, line disconnector with safety
grounding switches etc.
d. Surge Arrester
e. Voltage Transformers etc.
ii. Substation Automation System and Relay & Protection Panels as well as up-gradation of
existing SAS.
iii. 198 kV, 10KA, Lightening Arrestor (L.A.) with surge/discharge counter, milli-ampere
meter and suitable terminal connectors etc.
iv. One L.T. Transformer 400 KVA, 11/0.433kV with 170kVp BIL and one with 75kVp
BIL.
v. Tertiary Loading Equipment.
vi. L.T. Switchgear.
vii. Fire Protection System.
viii. 250kVA DG Set alongwith control panel
ix. 220V Battery and Battery charger system.
x. Illumination System, Ventilation and Air conditioning system.
xi. Power and Control Cables.
xii. Special Equipments for Testing and Maintenance.
xiii. EOT Crane for 220kV GIS Room.
xiv. Connection of 220 kV GIS to 100MVA transformers shall be through conductor and
surge arresters. The connection of 33 KV GIS with 100 MVA power transformer through
33 kV XLPE Cable.

xv. Support Structures.


xvi. Mandatory Spares for these equipments etc.
xvii. CCTV Visual Monitoring System with remote operation
_________________________________________________________________________________________________________
Section -I Invitation for Bid (IFB) Page 1 of 3
xviii. Associated civil works such as foundation of main and auxiliary structures, towers, soil
investigation, construction of cable trenches, roads, storm water drainage, switchyard
fencing alongwith gates, 220 kV GIS building well furnished (with furniture of reputed
make) and 33 kV GIS –cum-office building, support structure for outdoor equipments,
Transformer oil soak pit & sump pit, Transformer foundation, Fire-wall etc.
xix. Any other equipment required for proper commissioning and functioning of the substation
and Transmission Line.
xx. Integration and Connectivity of 100 MVA, 220/33 kV Power Transformers with 220kV
GIS Transformer Bays alongwith associated equipments and associated works.

The above scope of work is indicative and the detailed scope of work is given in the Technical
Specification (Volume-II) of the Bidding Documents.

1.1 All the equipments shall be complete with all fittings and components necessary for their
effective working and efficient performance and satisfactory maintenance under various
operating conditions specified. All such parts shall be deemed to be included within the scope
of supply whether specifically included or not in this specification/BOQ in the tender. The
successful tenderer shall not be eligible for extra charges for such accessories.

1.2 A complete set of Bidding Documents may be purchased by any interested eligible Bidder or
Bidder’s designated representative, on the submission of a written application to the address
below and upon payment (Non-refundable) of Rs. 11,800/- inclusive of GST @18% towards
the cost of the documents, in the form of a Demand Draft payable to Delhi Transco Ltd. on all
working days as per web notification and relevant corrigendum.

1.3 The Qualifying Requirements are given in the Bidding Documents of the subject package. The
complete Bidding Documents including tender drawings are also available at our website
http://www.delhitransco.gov.in. Interested bidders can download the Bidding Documents and
commence preparation of bids to gain time. However, they will be required to purchase the
Bidding Documents from Delhi Transco Limited, (for submission of the bid), which will be
duly authenticated by the executive issuing the documents. In case of any discrepancy between
the documents downloaded by the prospective bidder and the Bidding Documents (hard copy)
issued by Delhi Transco Limited official, the latter shall prevail.

1.4 All bids must be accompanied by a Bid Security of Indian Rs. 1,57,47,243/- ( Rs. One Crore
Fifty Seven Lacs Fourty Seven Thousand Two Hundred Forty Three only). Bid Security and
Integrity Pact must be submitted in physical form at the address given at 1.7 below at or
before the time and date of opening of techno-commercial part of the bid.

1.5 No margin of preference will be granted to plant & equipment manufactured in employers
country.

1.6 A Pre-Bid conference will be held at the office of Delhi Transco Limited, New Delhi, India on
as per web notification and relevant corrigendum to clarify the Bidders the exact scope of the
work, the basic data available and other issues in accordance with relevant clause of the
Bidding Documents.

1.7 Bids must be delivered to Delhi Transco Limited at the address below, not later than Time &
Date …………….. (as per web notification and relevant corrigendum)…………….. and the
Techno-Commercial bids(Part-I) shall be opened on …. (as per web notification and relevant

_________________________________________________________________________________________________________
Section -I Invitation for Bid (IFB) Page 2 of 3
corrigendum)…... in the presence of Bidder’s representatives who choose to attend, at the
address below:

DGM (T) Contract,


Delhi Transco Limited,
Room No.-107, 1ST Floor Pre-Fabricated Building,
Rajghat Power House,
New Delhi-110002 (India),
Phone: 23275290,
Fax No. 011-23275289,
Email: dgmcontract.cmm@dtl.gov.in

The Techno-Commercial Bid (Part-I) so opened shall be evaluated & the Price Bid (Part-II) of
Techno- Commercially successful bidders shall only be opened thereafter. The date of opening
of Part-II of the bids i.e. Price bids shall be communicated to all techno- commercially
successful bidders.
All correspondences with regard to the above shall be made to the address above by post/ in
person.

1.8 Delhi Transco Limited shall not be responsible for any postal delays in respect of request for
issuance of Bidding Documents and / or dispatch of Bidding Documents and / or submission
of bids.

1.9 Delhi Transco Limited reserves the right to cancel/ withdraw this Invitation for Bids without
assigning any reason and shall bear no liability whatsoever consequent upon such a decision.

2.0 For more details, please visit our website http://www.dtl.gov.in. Date of Bid submission
and Bid opening shall be as per the web notification and subsequent corrigendum, if any.

3.0 Integrity Pact must be submitted alongwith the bid in physical form at the address given at
para 1.7 above.

_________________________________________________________________________________________________________
Section -I Invitation for Bid (IFB) Page 3 of 3
.
SECTION-II

INSTRUCTION TO BIDDER
(ITB)
.
SECTION – II

Instructions to Bidders (ITB)

A. Introduction

1.0 Eligible Bidders

1.1 This Invitation for Bids, issued by the Employer, is open to all eligible bidders. Name of
the Employer: Delhi Transco Limited
1.2 Bidders should not be associated, or have been associated in the past, directly or
indirectly, with a firm or any of its affiliates that has been engaged by the Employer, to
provide consulting services for the preparation of the design, specifications, and other
documents to be used for the procurement of the facilities, to be purchased under this
Invitation for Bids.
1.3 Government-owned enterprises in the India may also participate on their own or as
members of a joint venture or a consortium, if they are legally and financially
autonomous, operate under commercial law, and are not dependent agencies of the Delhi
Transco Limited.
1.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices
in accordance with sub-clause 34.

2.0 Eligible Plant, Equipment, and Services

2.1 For the purposes of these bidding documents, the words “facilities”, “plant and
equipment” “installation services,” etc., shall be construed in accordance with the
respective definitions given to them in the Conditions of Contract.

3.0 Cost of Bidding

3.1 The Bidder shall bear all costs associated with the preparation and submission of its bid,
and the Employer will in no case be responsible or liable for these costs, regardless of the
conduct or outcome of the bidding process.

B. Bidding Documents

4.0 Content of Bidding Documents

4.1 The facilities required, bidding procedures, contract terms and technical requirements are
prescribed in the bidding documents. The bidding documents include:

Volume - I: Conditions of Contract


Section I Invitation for Bids (IFB)
Section II Instructions to Bidder (ITB)
Section III Bid Data Sheet (BDS)
Section IV Conditions of Contract (CC)
Section V Special Conditions of Contract (SCC)
Section-VI Forms and Procedures (F&P)

Volume -II: Technical Specification

Section - II Instruction to Bidder (ITB) Page 1 of 24


Volume -III: Bid Form, Attachments, GTP & Price Schedules
Section I Bid Form
Section II Attachments
Section III Guaranteed Technical Particulars
Section IV Price Schedules

4.2 The Bidder is expected to examine all instructions, forms, terms, specifications and other
information in the bidding documents. Failure to furnish all information required by the
bidding documents or submission of a bid not substantially responsive, to the bidding
documents in every respect will be at the Bidder's risk and may result in rejection of its
bid.

5.0 Clarification of Bidding Documents

5.1 A prospective Bidder requiring any clarification of the bidding documents may notify the
Employer in writing or by electronic media (hereinafter, the term cable is deemed to
include Electronic Data Interchange (EDI), or telefax) at the Employer's mailing address
indicated below.

Similarly, if a Bidder feels that any important provision in the documents, such as those
listed in ITB Sub Clause 21, will be unacceptable, such an issue should be raised at this
stage. The Employer will respond in writing to any request for clarification or
modification of the bidding documents that it receives no later than twenty eight (28) days
prior to the deadline for submission of bids prescribed by the Employer. Written copies of
the Employer's response (including an explanation of the query but not identification of its
source) will be sent to all prospective Bidders that have received the bidding documents.

Address of Employer, telephone, facsimile numbers & E-mail address: (Refer BDS)

5.2 The Bidder is advised to visit and examine the site, where the facilities are to be installed
and its surroundings and obtain for itself on its own responsibility, all information that
may be necessary, for preparing the bid and entering into a contract for supply and
installation of the facilities. The costs of visiting the site shall be at the Bidder's own
expense.

5.3 The Bidder and any of its personnel or designated representative will be granted
permission by the Employer to enter upon its premises and lands for the purpose of such
inspection, but only upon the express condition that the Bidder, its personnel and
designated representative will release and indemnify the Employer and its personnel and
designated representative from and against all liability in respect thereof and will be
responsible for death or personal injury, loss of or damage to property and any other loss,
damage, costs and expenses incurred as a result of the inspection.

5.4 The Bidder’s designated representative(s) is/are invited to attend pre-bid meeting, which,
if convened, will take place at the venue and time stipulated in the BDS.

The purpose of the conference will be to clarify any issues regarding the Bidding
Documents in general and the Technical Specifications in particular. The bidder is
required to submit questions in writing or by cable to reach the Employer at the address
indicated above, two days before the pre-bid conference i.e. …. (as per web notification

Section - II Instruction to Bidder (ITB) Page 2 of 24


and relevant corrigendum)…….

Record notes of conference including the text of the questions raised and responses given
will be transmitted without delay to all prospective bidders who have purchased the
Bidding Documents. Any modifications of the Bidding Documents which may become
necessary as a result of the pre-bid conference shall be made by the Employer exclusively
through an amendment pursuant to ITB Clause 6.0 and not through the record notes of the
pre-bid conference.

Non-attendance at the pre-bid conference will not be a cause for disqualification of a


bidder.

6.0 Amendment of Bidding Documents

6.1 At any time prior to the deadline for submission of bids, the Employer may, for any
reason, whether at its own initiative, or in response to a clarification requested by a
prospective Bidder, amend the bidding documents.

6.2 The amendment will be notified in writing or by electronic media to all prospective
Bidders that have purchased the bidding documents and will be binding on them. Bidders
are required, to immediately acknowledge receipt of any such amendment, and it will be
assumed that the information contained therein will have been taken into account by the
Bidder in its bid.

6.3 In order to afford prospective Bidders, reasonable time in which to take the amendment
into account, in preparing their bid, the Employer may, at its discretion, extend the
deadline for the submission of bids, in which case, the Employer will notify all the bidders
in writing of the extended deadline.

C. Preparation of Bids

7.0 Language of Bid

7.1 The bid prepared by the Bidder and all correspondence and documents related to the bid
exchanged by the Bidder and the Employer shall be written in the English language,
provided that any printed literature furnished by the Bidder may be written in another
language, as long as such literature is accompanied by a translation of its pertinent
passages in the English language, in which case, for purposes of interpretation of the bid,
the translation shall govern.

8.0 Documents Comprising the Bid

8.1 The bid submitted by the Bidder shall comprise the following documents:
(a) Bid Form duly completed and signed by the Bidder, together with all Attachments
identified in ITB Sub-Clause 8.3 below.

(b) Price Schedules duly completed by the Bidder.

(c) Tender document and subsequent amendment(s) (if any) issued by DTL, duly
signed and stamped on each page, by the bidder to confirm that he agrees to terms
and conditions of the bid. However, where ever specific deviation has been taken

Section - II Instruction to Bidder (ITB) Page 3 of 24


the same must be listed only in attachment 6 and 6A.

8.2 Bidders shall note that, they are entitled to submit an alternative bid. In such cases,
Bidders shall submit full details and justifications, etc., in Attachment 7 to the bid as
indicated in ITB Sub-Clause 8.3 (g).

8.3 Each Bidder shall submit with its bid the following attachments:
(a) Attachment 1 : Bid Security
A bid security furnished in accordance with ITB Clause 12.
(b) Attachment 2 : Power of Attorney
A power of attorney, duly authorized by a Notary Public, indicating that the
person(s) signing the bid has the authority to sign the bid and thus that the bid is
binding upon the Bidder during the full period of its validity in accordance with
ITB Clause 13.
(c) Attachment 3 : Bidder's Eligibility and Qualifications
In the absence of prequalification, documentary evidence that the Bidder is eligible
to bid in accordance with ITB Clause 1 and is qualified to perform the contract if
its bid is accepted.

The documentary evidence of the Bidder's qualifications to perform the contract, if


its bid is accepted, shall establish to the Employer's satisfaction that the Bidder has
the financial, technical, production, procurement, shipping, installation and other
capabilities necessary to perform the contract, and, in particular, meets the
experience and financial criteria specified in the Qualifying Requirement and ITB.
A firm can be a partner in only one joint venture or consortium; bids submitted by
joint ventures or consortia including the same firm as partner will be rejected.

Qualification requirements for bidders, including members of joint ventures,


subcontractors or vendors are enclosed as Annexure-A to the BDS.

Unless otherwise mentioned in ITB/BDS, bids submitted by a joint venture of two


or more firms as partners, if allowed as per stipulated Qualification Requirements
in Annexure-A (BDS), shall comply with the following requirements:
i. The bid shall include all the information required for Attachment-3 as
described above for each joint venture partner.
ii. The bid shall be signed so as to be legally binding on all partners.
iii. One of the partners responsible for performing a key component of the
contract shall be designated as leader; this authorization shall be evidenced
by submitting with the bid a power of attorney signed by legally authorized
signatories.
iv. The leader shall be authorized to incur liabilities and receive instructions for
and on behalf of any and all partners of the joint venture, and the entire
execution of the contract shall be done exclusively with the leader, provided
otherwise requested by the joint venture and agreed between the Employer
and the leader. The Payment shall be made in the name of Joint Venture/
Consortium.
v. All partners of the joint venture shall be liable jointly and severally for the
execution of the contract in accordance with the contract terms.
vi. A copy of the agreement entered into by the joint venture partners shall be
submitted with the bid including interalia delineation of responsibilities and
obligations of each partners in respect of planning, design, manufacturing,

Section - II Instruction to Bidder (ITB) Page 4 of 24


supply, installation, commissioning and training appended thereto,
notwithstanding the joint and several liability.

(d) Attachment 4 & 4A: Eligibility and Conformity of the Facilities


Documentary evidence established in accordance with ITB Clause 2 that the
facilities offered by the Bidder in its bid or in any alternative bid (if permitted) are
eligible and conform to the bidding documents.

The documentary evidence of the eligibility of the facilities shall consist of a


statement on the country of origin of the plant and equipment offered, which shall
be confirmed by a certificate of origin issued at the time of shipment.

The documentary evidence of the conformity of the facilities to the bidding


documents may be in the form of literature, drawings and data, and shall furnish:

(i) a detailed description of the essential technical and performance


characteristics of the facilities;

(ii) a list giving full particulars, including available sources, of all spare parts,
special tools, etc., necessary for the proper and continuing functioning of
the facilities for 15 years, following completion of facilities in accordance
with provisions of contract; and

(iii) a commentary on the Employer's Technical Specifications and adequate


evidence demonstrating the substantial responsiveness of the facilities to
those specifications. Bidders shall note that standards for workmanship,
materials and equipment designated by the Employer in the bidding
documents are intended to be descriptive (establishing standards of quality
and performance) only and not restrictive. The Bidder may substitute
alternative standards, brand names and/or catalog numbers in its bid,
provided that it demonstrates to the Employer's satisfaction, that the
substitutions are substantially equivalent or superior to the standards
designated in the Technical Specifications.

(e) Attachment 5: Subcontractors Proposed by the Bidder


The Bidder shall include in its bid details of all major items of supply or services,
that it proposes to purchase, and shall give details of the name and nationality of
the proposed Subcontractor, including vendors, for each of those items. Bidders
are free to list more than one Subcontractor against each item of the facilities.
Quoted rates and prices will be deemed to apply to whichever Subcontractor is
appointed, and no adjustment of the rates and prices will be permitted.

The Bidder shall be responsible for ensuring that any Subcontractor proposed
complies with the requirements of ITB Sub-Clause 1.1, and that any plant,
equipment or services to be provided by the Subcontractor comply with the
requirements of ITB Clause 2.

The Employer reserves the right to delete any proposed Subcontractor from the list
prior to award of contract, and after discussion between the Employer and the
Contractor, Appendix 5 to the form of Contract Agreement shall be completed,

Section - II Instruction to Bidder (ITB) Page 5 of 24


listing the approved Subcontractors for each item.

Qualification requirements for bidders, including members of joint ventures,


subcontractors or vendors are enclosed as Annexure-A to the BDS.

(f) Attachment 6 and 6A: Deviations


In order to facilitate evaluation of bids, deviations, if any, from the Terms &
Conditions of Technical/ Commercial Specifications shall be listed in Attachment
6 and 6A for Part-I, Techno Commercial Bid. The price of withdrawal of these
deviations, if any, shall be included in the Part-II Price Bid in Attachment 6 & 6A.
However, the attention of the Bidders is drawn to the provisions of ITB Sub-Clause
21.4 regarding the rejection of bids that are not substantially responsive to the
requirements of the bidding documents. Bidder’s attention is also drawn to the
provisions of ITB Sub-Clause 21.4.1 which requires the bidders to indicate the cost
of withdrawal for deviations proposed, if any, to critical provisions relating to
clauses listed therein, failing which their bid will be rejected.
Bidders may further note that except for the deviations listed in Attachment 6 and
Attachment 6A, the bid shall be deemed to comply with all the requirements in the
bidding documents and the bidders shall be required to comply with all such
requirements of bidding documents and Technical Specifications without any extra
cost to the Employer irrespective of any mention to the contrary, any where else in
the bid.

(g) Attachment 7: Alternative Bids


(i) Bid with alternative time schedule is not acceptable.
(ii) Except as provided under subparagraph (iii) below, bidders wishing to offer
technical alternatives to the requirements of the bidding documents must first
price the Employer's design of the facilities as described in the bidding
documents, and shall further provide all information necessary for a complete
evaluation of the alternatives by the Employer, including drawings, design
calculations, technical specifications, break-up of prices, proposed installation
methodology and other relevant details Only the technical alternatives, if any,
of the lowest evaluated bidder conforming to the basic technical requirements
shall be considered by the Employer. Alternative bid is acceptable.
(iii) When bidders are permitted in the ITB to submit alternative technical solutions
for specified parts of the facilities, Technical Specifications and Drawings.
Technical alternatives that comply with the performance and technical criteria
specified for the facilities shall be considered by the Employer on their own
merits, pursuant to ITB Sub-Clause 23.2. Alternative bid is acceptable.
(h) Attachment 8: Deleted (Not applicable)
(i) Attachment 9: Work Completion Schedule.
(j) Attachment 10: Guarantee Declaration.
(k) Attachment 11:Information regarding ex-employees of Employer in Bidder’s firm.
(l) Attachment 12:Unequivocal consent of the proposed Indian Associate for the
purpose of executing the ‘Second Contract’ and/ or ‘Third
Contract’ as an independent Contractor (Applicable to Foreign
Bidders).
(m) Attachment 13 :Capacity and Experience of Proposed Indian Associate
(Applicable to Foreign Bidders).
(n) Attachment 14: Integrity Pact (submission of Hard Copy in ‘Original’)
The Bidder shall complete the accompanying Integrity Pact, which
shall be applicable for bidding as well as contract execution, duly
signed on each page by the person signing the bid and shall be
returned by the Bidder in two (2) originals alongwith the Techno -

Section - II Instruction to Bidder (ITB) Page 6 of 24


Commercial Part in a separate envelope, duly superscripted with
‘Integrity Pact’. “The Bidder shall submit the Integrity Pact on a
non judicial stamp paper of Rs. 100/-.
The required format for Integrity Pact shall be as per
Attachment 14.

If the Bidder is a partnership firm or a consortium, the Integrity


Pact shall be signed by all the partners or consortium members.

Integrity Pact must be submitted in physical form at the address


given at ITB 15.2 (a) at or before the schedule time and date of
opening of Techno-commercial part of the bid. Bidder’s failure to
submit the Integrity Pact duly signed in Original alongwith the Bid
or subsequently pursuant to ITB Sub-Clause 20 shall lead to
outright rejection of the Bid.

(o) Attachment 15: Checklist


(q) Attachment 16: Option for mode of payment (either through irrevocable
confirmed ‘Letter of Credit’ or through ‘direct payment’),
Option for currency of payment for foreign bidders.

8.4 The bidder should have registered under GST ACT and shall submit PAN, EPF and GST
Registration Number.

9.0 Bid Form and Price Schedules

9.1 The Bidder shall complete the Bid Form and the appropriate Price Schedules furnished in
the bidding documents as indicated therein and in the Subsection Bid Form and Price
Schedules of the bidding documents, following the requirements of ITB Clauses 10 and
11.

10.0 Bid Prices

10.1 Unless otherwise specified in the Technical Specifications, Bidders shall quote for the
entire facilities on a "single responsibility" basis such that the total bid price covers all the
Contractor's obligations mentioned in or to be reasonably inferred from the bidding
documents in respect of the design, manufacture, including procurement and
subcontracting (if any), delivery, construction, installation and completion of the facilities
including supply of mandatory spares (if any). This includes all requirements under the
Contractor's responsibilities for testing, pre-commissioning and commissioning of the
facilities and, where so required by the bidding documents, the acquisition of all permits,
approvals and licenses, etc.; the operation, maintenance and training services and such
other items and services as may be specified in the bidding documents, all in accordance
with the requirements of the Conditions of Contract. Items against which, no price is
entered by the bidder will not be paid for by the Employer when executed and shall be
deemed to be covered by the prices for other items.

10.2 Bidders are required to quote the price for the commercial, contractual and technical
obligations outlined, in the bidding documents. If a Bidder wishes to make a deviation,
such deviation shall be listed in Attachment 6 and 6A of its bid. The Bidder shall also
provide the additional price, if any, for withdrawal of the deviations.

Section - II Instruction to Bidder (ITB) Page 7 of 24


10.3 Bidders shall give a break-up of the prices in the manner and detail called for in the Price
Schedules. Where no Price Schedules are included in the bidding documents, Bidders
shall present their prices in the following manner:

Separate numbered Schedules shall be used for each of the following elements. The total
amount from each Schedule 1 to 6 shall be summarized in a Grand Summary (Schedule 7)
giving the total bid price(s) to be entered in the Bid Form.

Schedule 1 Plant and Equipment (including Mandatory Spares Parts) to be


supplied from Abroad, including Type Test to be conducted Abroad.
Schedule 2 Plant and Equipment (including Mandatory Spares Parts) to be
supplied from India, including Type Test to be conducted in India.
Schedule 3 Local Transportation, Insurance and other Incidental Services
(including port clearance etc.).
Schedule 4 Installation Charges.
Schedule 5a Break-up of Type Test Charges for Type Tests to be conducted abroad.
Not Applicable.
Schedule 5b Break-up of Type Test Charges for Type Tests to be conducted in
India. Not Applicable.
Schedule 6a Training charges for training to be imparted Abroad (Shall be
inclusive).
Schedule 6b Training charges for training to be imparted in India (Shall be
inclusive).
Schedule 7 Grand Summary of the Quoted Bid Price.
Schedule 8 Deleted
Schedule 9 Deleted
Schedule 10 Details of recommended spare parts & recommended test equipment
(in line with Technical specifications).

Bidder shall note that the plant and equipment included in schedule No. 1 and 2 above
exclude materials used for civil, building and other construction works. All such materials
shall be included and priced under schedule No. 4 – Installation services.

10.4 In the schedules, Bidder shall give the required details and a break-up of their price
considering and taking into account the Input Tax Credit (ITC) as may be available under
the Goods and Services Tax (GST) Laws and Regulations, in the schedules as follows:

(a) Plant and equipment including mandatory spares to be supplied from abroad
(Schedule 1) and type test charges for type test to be conducted abroad shall be
quoted on a CIF port-of-entry basis. In addition, the FOB price shall also be
indicated.

(b) Plant and equipment including mandatory spares manufactured or fabricated


within the Employer's country (Schedule 2) including type test charges for type test
to be conducted in India shall be quoted on an EXW (ex factory, ex works, ex
warehouse or off-the-shelf, as applicable) basis, and shall be inclusive of all costs
Taxes, duties and levies as per GST Rules in respect of transaction between the
Employer and the Contractor shall not be included in the base price but shall be
quoted separately.

The prices quoted in respect of all items in the above schedule shall be excluding
GST applicable on transaction between the Employer and the contractor.

Section - II Instruction to Bidder (ITB) Page 8 of 24


(c) Local transportation, insurance, port handling and custom clearance and port
charges and other local costs incidental to delivery of the Plant and Equipment
including mandatory spares shall be quoted separately (Schedule 3). The Employer
shall be responsible and be liable for payment of custom duty and Taxes, duties
and levies as per GST Rules on CIF component of the Plant and equipment
including mandatory spares to be supplied from abroad. However, the Employer,
as an importer, shall furnish promptly necessary clarifications and documents as
may be required to be furnished by the importer for the purpose of customs
clearance.
(d) Installation/Erection Charges shall be quoted separately (Schedule 4) and shall
include rates and prices for all labour, Contractor’s equipment, temporary works,
materials, consumables and all matters and things of whatsoever nature, provision
of operations and maintenance manuals etc. wherever identified in the bidding
documents as necessary for the proper execution of all installation services except
those priced in other schedules. The expatriate supervision charges shall be
included in the charges for installation services.
(e) The break-up of Type test charges shall be furnished separately in Schedule 5a for
the tests to be conducted abroad and in schedule 5b for the tests to be conducted in
India (if applicable). Similarly break-up of Training Charges shall be furnished
separately in Schedule 6a for the training to be imparted abroad and in Schedule 6b
for the training to be imparted in India (shall be inclusive).

(f) The bidder shall quote separately the Taxes, duties and levies as per GST Rules for
the portion of supply of the goods & services in Employer’s country, as applicable
in their quoted bid price and Employer would not bear any additional liability on
this account except as stated in the bid. Employer shall, however, deduct such
taxes at source as per the rules and issue Tax Deducted at Source (TDS) Certificate
to the bidder as per prevailing tax laws applicable to the contract.

(g) In case the taxes, duties and levies as per GST Rules on transactions between
employer and the contractor is covered under the Reverse Charge provisions full
tax has to be stated/mentioned in the quoted prices/bid. However, where the
Reverse Charge Mechanism provisions are applicable, DTL shall not pay the
applicable tax amount to the contractor and will deposit directly to the Govt.
treasury.

To facilitate the bidders, Employer has indicated an HSN/SAC code and rate of
GST against each item in the Price Schedule. It shall entirely be the responsibility
of the bidder to check the HSN/SAC code and rate of GST given against each
item. The bidder may either confirm the HSN and rate of GST or if the bidder opts
to classify the item in question under a different HSN/SAC code or opts to indicate
a different rate of GST, bidder may indicate the same in the columns provided. The
bidders shall solely be responsible for HSN/SAC classification and the rate of GST
for each item. Employer’s liability for reimbursement of GST shall be GST
applicable at the rate as confirmed/deemed confirmed in the bid and as accepted by
the employer.

The Input Tax Credit (ITC) available, if any, under the GST law as per the relevant
Government policies wherever applicable shall be taken into account by the Bidder
while quoting bid price.

(h) Recommended Spare parts and Recommended Test equipment shall be quoted
separately (Schedule 10) as specified in either sub-paragraph (a) or (b) above in

Section - II Instruction to Bidder (ITB) Page 9 of 24


accordance with the origin of the spare parts and test equipment. Schedule 10 shall
not be part of Bid Evaluation.

10.4.1 **Deemed Export Benefits


There will be no Deemed Export Benefits.

10.5 The terms EXW, CIF, CIP, etc., shall be governed by the rules prescribed in the current
edition of Incoterms, published by the International Chamber of Commerce, 38 Cours
Albert 1er, 75008 Paris, France.

10.6 Fixed/Variable Price: Refer BDS.

10.7 It is obligatory that the Bidders shall avail centralized shipping arrangements through the
'Chartering Wing viz., 'TRANSCHART' of Ministry of Surface Transport, Govt. of India
or otherwise the Bidders shall obtain on their own 'No objection Certificate' from Ministry
of Surface Transport, Govt. of India well in advance. However, DTL shall not be
responsible for any delay whatsoever on this account.

11.0 Bid Currencies

11.1 Prices shall be quoted in Indian Rupees only.

However, payments to the Foreign Bidder may be made in freely convertible


currency(ies), as indicated by them in Attachment-16, based on Bills Clearing (B.C.)
Selling Market Rate of Exchange (MRE) established by State Bank of India (SBI), India
prevailing on dates as indicated in Appendix-1(TERMS AND PROCEDURES OF
PAYMENT) for Plant and equipment be supplied from abroad quoted under Schedule-1.

If the foreign bidder wishes to be paid in a combination of amounts in different freely


convertible currencies, it may indicate accordingly in Attachment-16, but use no more
than three foreign currencies. In case payment is made in Foreign currency, all charges
including wire charges towards Foreign exchange conversion shall be borne by the
Foreign Bidder/Contractor.

No additional cost shall be borne by DTL over and above the LOA value and all the
guidelines of RBI & Govt. of India shall be followed.

(a) Plant and equipment including mandatory spares covered under ITB Sub-Clause
10.4 (a) and recommended spare parts covered under ITB Sub-Clause 10.4(h)
sourced from outside India shall be quoted in shall be quoted in the currency of the
employer's country.
(b) Plant and equipment including mandatory spares covered under ITB Sub-Clause
10.4 (b) to be supplied from within the Employer's country shall be quoted in the
currency of the employer's country.
(c) Local transportation, insurance and other local costs incidental to delivery of the
plant and equipment covered under ITB Sub-Clause 10.4 (c) and installation
services covered under ITB Sub-Clause 10.4 (d) shall be quoted in the currency of
the employer's country.

12.0 Bid Security

12.1 The bidder shall furnish, as a part of its bid, a bid security in the currency as stipulated in

Section - II Instruction to Bidder (ITB) Page 10 of 24


the BDS. The bid security must be submitted in the form provided in the bidding
document.

12.2 The bid security shall, at the Bidder's option, be in the form of a crossed bank draft/pay
order/banks certified cheque /irrevocable letter of credit or a bank guarantee issued either:
(a) by a reputed bank located in the country of Employer and acceptable to the
Employer, or
(b) by a foreign bank confirmed by either its correspondence bank located in the
country of Employer which should be reputed and acceptable to the Employer, or;
(c) By a Public Sector Bank in the country of Employer.

The format of the bank guarantee shall be in accordance with the form of bid security
included in the bidding documents. Bid security shall remain valid for a period of forty-
five (45) days beyond the original bid validity period, and beyond any extension
subsequently requested under ITB Sub-Clause 13.2.
The detail of DTL’s Bank account is as under:
Name Delhi Transco Ltd.
Name of Bank with Address SBI, Chandni Chowk Delhi.
Current Account No. 10820056547
Codes RTGS/IFSC No : SBIN0000631
MICR No : 110002018
12.3 Any bid not accompanied by an acceptable bid security shall be rejected by the Employer
as being non-responsive. The bid security of a joint venture must be in the name of all the
partners in the joint venture submitting the bid.

12.4 The bid securities of unsuccessful bidders will be returned as promptly as possible, but not
later than twenty-eight (28) days after the expiration of the bid validity period.

12.5 The bid security of the successful bidder will be returned when the bidder has signed the
Contract Agreement, pursuant to ITB Clause 31, and has furnished the required
performance security, pursuant to ITB Clause 32.

12.6 The bid security may be forfeited


a) If the Bidder withdraws its bid during the period of bid validity specified by the
Bidder in the Bid Form; or

(b) In case the Bidder does not withdraw the deviations proposed by him, if any, at the
cost of withdrawal stated by him in the bid; or

(c) If the bidder does not accept the correction of its Bid Price pursuant to ITB Sub-
Clause 21.2; or

(d) If, as per the Qualifying Requirements the Bidder has to submit a Deed of Joint
Undertaking and he fails to submit the same, duly attested by Notary Public of the
place(s) of the respective executants(s) or registered with the Indian Embassy/High
Commission in that country, before opening of price bid; or

(e) In the case of a successful Bidder, if the Bidder fails within the specified time limit
(i) To sign the Contract agreement, in accordance with ITB Clause 31, or
(ii) To furnish the required performance security, in accordance with ITB
Clause 32.”

Section - II Instruction to Bidder (ITB) Page 11 of 24


12.7 In case the Bid is submitted by a Joint Venture, the Bid Security shall be in the name of
the Joint Venture covering all partners of the Joint Venture and not in the name of the
Lead Partner or any partner(s) of the Joint Venture alone.

13.0 Period of Validity of Bid

13.1 Bids shall remain valid for 180 days after the date of opening of bids (excluding the date
of Bid Opening) pursuant to ITB Sub-Clause 16.1. A bid valid for a shorter period shall be
rejected by the Employer as being non responsive.
13.2 In exceptional circumstances, the Employer may solicit the Bidders' consent to an
extension of the bid validity period. The request and responses thereto shall be made in
writing or by cable. If a Bidder accepts to prolong the period of validity, the bid security
shall also be suitably extended. A Bidder may refuse the request without forfeiting its bid
security. A Bidder granting the request will not be required nor permitted to modify its
bid.

14.0 Format and Signing of Bid

14.1 The Bidder shall prepare an original and two copies/sets of the bid, clearly marking each
one as "Original Bid," "Copy NO. 1", "Copy NO. 2", etc as appropriate. In the event of
any discrepancy between them, the original shall govern.

14.2 The original and all copies of the bid, each consisting of the documents listed in ITB Sub-
Clause 8.1, shall be typed or written in indelible ink and shall be signed by the Bidder or a
person or persons duly authorized to bind the Bidder to the contract. The authorization
shall be indicated by written power of attorney accompanying the bid and submitted as
Attachment 2 to the Bid under ITB Sub-Clause 8.3. All pages of the bid, except for un-
amended printed literature, shall be initialed by the person or persons signing the bid.

14.3 Any interlineations, erasures or overwriting shall only be valid if they are initialed by the
signatory (ies) to the bid.

D. Submission of Bids

15.0 Sealing and Marking of Bids

15.1 The Bidder shall submit the sealed bids in Two Part i.e. PART-I (TECHNO-
COMMERCIAL BID)” and PART-II (PRICE BID) each in separate envelope. The Bidder
shall seal the original and each copy of the bid(s) in separate envelopes duly marking the
envelopes as "ORIGINAL BID" and "COPY NO. [Number]".
Bid security in the amount stipulated in the ITB shall be submitted in a separate sealed
envelope having marking as “Bid Security”.
The Integrity Pact shall be submitted in two (2) originals in separate sealed envelope
alongwith bid having marking as “Integrity Pact”. The separate envelopes containing
original & copies of PART-I (TECHNO-COMMERCIAL BID)”, “PART-II (PRICE
BID), Bid Security and Integrity Pact shall then be sealed in an outer envelope.

15.2 The inner and outer envelopes shall


(a) be addressed to the Employer at the address given in the BDS,
In Person or by post:

and

Section - II Instruction to Bidder (ITB) Page 12 of 24


(b) bear the contract name indicated in the ITB, the Invitation for Bids title and
number indicated in the ITB., and the statement "DO NOT OPEN BEFORE
[date],"{except on the envelope containing Part-II(Price bid)} to be completed
with the time and date specified in the ITB, pursuant to ITB Sub-Clause 16.1.

BID TITLE: (Refer BDS)

Do not open before ………Hrs on date …………(Bidder to refer and enter details
as per web notification and relevant corrigendum)

Bid guarantees in original shall be submitted in a separate envelope on which the


contents shall be super scribed.

The Bid Forms and Price Schedules shall be enclosed in separate envelope on
which the contents shall be super scribed.

The Integrity Pact shall be enclosed in separate envelope on which the contents
shall be super scribed “Integrity Pact”.

15.3 The inner envelopes shall also indicate the name and address of the Bidder so that the bid
can be returned unopened in case it is declared "late."

15.4 If the outer envelope is not sealed and marked as required by ITB Sub-Clause 15.2 above,
the Employer will assume no responsibility for the bid's misplacement or premature
opening. If the outer envelope discloses the Bidder's identity, the Employer will not
guarantee the anonymity of the bid submission, but this disclosure will not constitute
grounds for bid rejection.

15.5 Bid should be submitted in Bound Form and each page of bid should be signed.

16.0 Deadline for Submission of Bids

16.1 Bids must be received by the Employer at the address specified under ITB Sub Clause
15.2 no later than the time and date stated in the ITB. In the event of the specified date for
the submission of bids being declared a holiday for the Employer, the bids will be
received upto the appointed time on the next working day. Dead line for submission of
Bid and its modification and withdrawal, if any:

Date & Time:…. (as per web notification and relevant corrigendum)

16.2 The Employer may, at its discretion, extend this deadline for submission of bids by
amending the bidding documents in accordance with ITB Sub-Clause 6.3, in which case
all rights and obligations of Employer and Bidders will thereafter be subject to the
deadline as extended.

17.0 Late Bids

17.1 Any bid received by the Employer after the bid submission deadline prescribed by the
Employer, pursuant to ITB Clause 16, will be rejected and returned unopened to the
Bidder.

Section - II Instruction to Bidder (ITB) Page 13 of 24


18.0 Modification and Withdrawal of Bids

18.1 The Bidder may modify or withdraw its bid after submission, provided that written notice
of the modification or withdrawal is received by the Employer prior to the deadline
prescribed for bid submission.

18.2 The Bidder's modifications shall be prepared, sealed, marked and dispatched as follows:

(a) The Bidders shall provide one original and two copies of any modifications to its
bid in two parts as provided in ITB clause 15, clearly identified as such, in two
inner envelopes duly marked "Bid Modifications-Original" and "Bid
Modifications-Copies." The inner envelopes shall be sealed in an outer envelope,
which shall be duly marked "Bid Modifications." One (1) original and two (2)
copies.

(b) Other provisions concerning the marking and dispatch of bid modifications shall
be in accordance with ITB Sub-Clauses 15.2, 15.3 and 15.4.

18.3 A Bidder wishing to withdraw its bid shall notify the Employer in writing prior to the
deadline prescribed for bid submission. The notice of withdrawal shall

(a) be addressed to the Employer at the address named in the ITB, and

(b) bear the contract name, the IFB number, and the words "Bid Withdrawal Notice."
Bid withdrawal notices received after the bid submission deadline will be ignored,
and the submitted bid will be deemed to be a validly submitted bid.

Deadline for submission of Bid, its modification and withdrawal, if any:

Date & Time:…. (as per web notification and relevant corrigendum)……………..

18.4 No bid may be withdrawn in the interval between the bid submission deadline and the
expiration of the bid validity period specified in ITB Clause 13 Withdrawal of a bid during
this interval may result in the Bidder's forfeiture of its bid security, pursuant to ITB Sub-
Clause 12.6.

E. Bid Opening and Evaluation

19.0 Opening of Bids by Employer

The bids submitted by the bidders shall be opened in two phases. In the first phase, the
techno commercial bid (Part-I) shall be opened and the bids of the bidders found techno
commercially successful after detailed evaluation shall be opened in the second phase.

19.1 The Employer will open the bids including withdrawals and modifications made pursuant
to ITB Cl.19, in the presence of bidder’s designated representative who chooses to attend
the opening at the time, on the date and at the place specified in the ITB. Bidders'
representatives shall sign a register as proof of their attendance.

“In the event of the specified date of bid opening being declared a holiday for the
Employer, the bids shall be opened at the appointed time and location on the next working
day.”

Section - II Instruction to Bidder (ITB) Page 14 of 24


Bid Opening (Techno-commercial part-I):
Date & Time:…. (as per web notification and relevant corrigendum)……………...

19.2 Envelopes marked “WITHDRAWAL” shall be opened first and the name of the Bidder
shall be read out. Bids for which an acceptable notice of withdrawal has been submitted
pursuant to ITB Clause 18 shall not be opened.

19.3 The bidders’ names, deviations, bid modifications and withdrawals, the presence (or
absence) of bid security, Integrity Pact, and any such other details as the Employer may
consider appropriate, will be announced by the Employer at the opening. Subsequently, all
envelopes marked “MODIFICATION” shall be opened and the submissions therein read
out in appropriate detail. No bid shall be rejected at bid opening except for late bids
pursuant to ITB Clause 17. At the time of opening of price bids the bid prices, including
any alternative bid prices or deviations, any discounts, and any such other details as the
employer may consider appropriate, will also be announced by the employer.

19.4 The Employer will prepare minutes of the bid opening, including the information
disclosed to those present in accordance with ITB Sub-Clause 19.3.

19.5 Bids not opened and read out at the time of techno commercial bid opening in part – I shall
not be considered for further evaluation, irrespective of the circumstances.

20.0 Clarification of Bids

20.1 During evaluation of bid i.e Part-I and Part-II, the Employer may, at its discretion, ask the
Bidder(s) for a clarification of its bid. The request for clarification and the response shall
be in writing, and no change in the price or substance of the bid shall be sought, offered or
permitted.

21.0 Preliminary Examination of Bids

21.1 The Employer will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether required sureties have been furnished,
whether the documents have been properly signed, and whether the bids are generally in
order.

21.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy
between the unit price and the total price, which is obtained by multiplying the unit price
and quantity, or between subtotals and the total price, the unit or subtotal price shall
prevail, and the total price shall be corrected. If there is a discrepancy between words and
figures, the amount in words will prevail. If the Bidder does not accept the correction of
errors, its bid will be rejected and the bid security will be forfeited in accordance with ITB
Sub-Clause 12.6 (c)".

21.3 The Employer may waive any minor informality, nonconformity or irregularity in a bid
that does not constitute a material deviation, whether or not identified by the Bidder in
Attachment 6 and 6A to its bid, and that does not prejudice or affect the relative ranking of
any Bidder as a result of the technical and commercial evaluation, pursuant to ITB Clauses
23 and 24.

21.4 Prior to the detailed evaluation of PART-I (TECHNO-COMMERCIAL BID)”, the

Section - II Instruction to Bidder (ITB) Page 15 of 24


Employer will determine whether each bid is of acceptable quality, is generally complete
and is substantially responsive to the bidding documents. For purposes of this
determination, a substantially responsive bid is one that conforms to all the terms,
conditions and specifications of the bidding documents without material deviations,
objections, conditionalities or reservations. A material deviation, objection, conditionality
or reservation is one (i) that affects in any substantial way the scope, quality or
performance of the contract; (ii) that limits in any substantial way, inconsistent with the
bidding documents, the Employer's rights or the successful Bidder's obligations under the
contract; or (iii) whose rectification would unfairly affect the competitive position of other
Bidders who are presenting substantially responsive bids. The PART-II (PRICE BID)
shall be opened only of those bidders whose TECHNO-COMMERCIAL BID is of
acceptable quality.

21.4.1 “Bids containing deviations from critical provisions relating to (i) to (vii) below will be
considered as non responsive:

(i) Appendix 2 to the Form of Contract Agreement (Price Adjustment): Clause No.
10.6 ITB

(ii) Bid Security: Clause No. 12.1, 12.2 ITB.

(iii) Performance Security: Clause 13.3 CC

(iv) Liquidated Damages & (Functional Guarantee): Clause 28 & 28.5 CC

(v) Defect Liability: Clause No. 27 CC

(vi) Payment: Clause No.12 CC

(vii) Time Schedule Appendix-IV

However, the bidders wishing to propose deviations to any of the above provisions must
provide in the Attachment - 6A of the bid, the cost of withdrawal of such deviations. If the
deviation to any of these provisions is not priced, the bid will be rejected. The evaluated
cost of the bid shall include, in addition to the costs described in ITB Clause 24, the cost
of withdrawal of the deviations from the above provisions to make the bid fully compliant
with these provisions.

At the time of Award of Contract, if so desired by the Employer, the bidder shall withdraw
these deviations listed in Attachment 6 and Attachment 6A at the cost of withdrawal stated
by him in the bid. In case the bidder does not withdraw the deviations proposed by him, if
any, at the cost of withdrawal stated by him in the bid, his bid will be rejected and his bid
security forfeited.”

21.5 If a bid is not substantially responsive, it will be rejected by the Employer, and may not
subsequently be made responsive by the Bidder by correction of the nonconformity. The
Employer’s determination of a bid’s responsiveness is to be based on the contents &
compliance of the complete provisions of TECHNO-COMMERCIAL bid itself without
recourse to extrinsic evidence.

22.0 Conversion to Single Currency


Clause Deleted.

Section - II Instruction to Bidder (ITB) Page 16 of 24


23.0 Detailed Technical & Commercial Evaluation (Part-I)

23.1 The Employer will carry out a detailed evaluation of the Techno-Commercial (Part-I) offer
to determine whether the technical/Commercial aspects are in accordance with the
requirements set forth in the bidding documents. In order to reach such a determination,
the Employer will examine and compare the technical/commercial aspects of the bids on
the basis of the information supplied by the bidders, taking into account the following
factors:

(a) overall completeness and compliance with the Techno-Commercial Specifications


and Drawings; deviations from the Technical Specifications as identified in
Attachment 6 to the bid; suitability of the facilities offered in relation to the
environmental and climatic conditions prevailing at the site; and quality, function
and operation of any process control concept included in the bid. The bid that does
not meet minimum acceptable standards of completeness, consistency and detail
will be rejected for non responsiveness.

(b) achievement of specified performance criteria by the facilities & Qualifying


requirements as provided in Annexure-A of BDS. The evaluation will also take
into account the Bidder's financial, technical and production capabilities.

(c) type, quantity and long term availability of mandatory and recommended spare
parts and maintenance services.

(d) any other relevant factors, if any, listed in the ITB, or that the Employer deems
necessary or prudent to take into consideration.

23.2 When alternative technical sections have been permitted and offered in Attachment 7 to
the bid, the Employer will make similar evaluation of the alternatives, which will be
treated in the technical and commercial evaluations as if they were base bids. Where
alternatives are not permitted, but have in any event been offered, they shall be ignored.

24.0 Evaluation of Price Bids (Part-II)

24.0 Evaluation and Comparison of Bids

24.1 The Employer will evaluate and compare the Bids previously determined to be
substantially responsive, pursuant to ITB Clause 21.

24.2 The Employer's evaluation of Bid will exclude and not take into account any allowance
for price adjustment during the period of execution of the Contract, if provided in the
Bidding Documents.

24.3 The comparison shall be of ex-works price of the goods offered from within India, such
price shall include all costs as well as duties and taxes paid or payable on components and
raw-materials incorporated or to be incorporated in the goods and the CIF Port-of-Entry
price of the goods offered from outside India.

24.4 Arithmetical errors will be rectified on the following basis. If there is a discrepancy
between the unit price and the total price, which is obtained by multiplying the unit price
and quantity, or between subtotals and the total price, the unit or subtotal price shall
prevail, and the total price shall be corrected. If there is a discrepancy between words and

Section - II Instruction to Bidder (ITB) Page 17 of 24


figures, the amount in words will prevail. If the Bidder does not accept the correction of
errors, its bid will be rejected.

24.5 The Employer's evaluation of Bid will take into account, in addition to the Ex-works/CIF
bid price, the following factors.

(a) For goods offered from within India.

(i) Cost of inland transportation, insurance of finished goods.


(ii) Cost of installation services viz., unloading, storage, handling at site,
insurance, installation including associated civil works, testing &
commissioning of equipment/material, as specified.
(iii) Taxes, duties and levies as per GST Rules payable on all goods including
bought out items which is to be mentioned by the bidder separately.
(iv) The cost of incidental services.
(v) Performance and productivity of the equipment offered
(vi) Cost of Withdrawal of Deviations (Attachment 6 & 6AVol III)
(vii) Time Schedule

(b) For goods offered from abroad.

(i) Cost of inland transportation & insurance including charges for port
clearance/port handling.
(ii) Cost of installation viz., unloading, storage, handling at site, insurance,
installation including associated civil works, testing & commissioning of
equipment/materials to be supplied.
(iii) Indian customs duty and any other similar import taxes which may be
levied for importation of the goods.
(iv) The cost of incidental services.
(v) Taxes, duties and levies as per GST Rules which is incidental to the
delivery of goods at the final destination site which is to be mentioned by
the bidder separately.
(vi) Performance and productivity of the equipment offered.
(vii) Cost of withdrawal of Deviation (Attachment 6 & 6A Vol-III.)
(viii) Time Schedule

The method will be followed in respect of the following:

24.6 (a) Inland Transportation, ex-factory or from Port of Entry, Insurance and
Incidentals:
Bidder shall quote separately for inland transportation (including port handling &
port clearance for goods offered from abroad) insurance charges and other
incidental costs for delivery of goods to the Final Destination Site. The Bidders
shall be required to assess the distance of the site from Ex-factory/Port of Entry to
India and shall quote a composite and uniform unit rate for each equipment and
also the total price for inland transportation & insurance charges for the package.

(b) Cost of Installation services


i) The cost of services for unloading, storage, handling at site, insurance
installation including associated civil works, testing & commissioning of
equipment/material shall be quoted by the Bidder in the manner indicated
in price schedule.

ii) Total charges of expatriate personnel of a Foreign Bidder and imported


equipment, is deemed to be included in the cost of installation services

Section - II Instruction to Bidder (ITB) Page 18 of 24


(including all foreign and Indian travel expenses, boarding and lodging
charges, all tax liabilities and other incidental expenses).

(c) Contractual and Commercial Deviations


A. Bids containing deviations from critical provisions relating to the following
clauses will be considered as non – responsive:

(i) Appendix 2 to the Form of Contract Agreement (Price Adjustment):


Clause No. 10.6 ITB
(ii) Bid Security: Clause No. 12.1, 12.2 ITB.
(iii) Performance Security: Clause 13.3 CC
(iv) Liquidated Damages & (Functional Guarantee): Clause 28 & 28.5
CC
(v) Defect Liability: Clause No. 27 CC

(vi) Payment: Clause No.12 CC


(vii) Time Schedule: Appendix-4

However, the Bidders, wishing to propose deviations to any of the above


provisions, must provide the cost of withdrawal of such deviations in
Attachment 6A Volume-III of the Bidding Documents.

The cost of withdrawal of other Technical and Commercial deviations, if


any, be given in Attachment 6 of bidding document Vol-III.

If the deviation to any of the provisions is not priced, the bid will be
rejected.

At the time of award of contract, if so desired by the Employer, the Bidder


shall withdraw the deviations listed in Deviation Schedules of Bid Form,
Price and Other Schedules in their bid at the cost of withdrawal stated by
him in the bid. In case the Bidder does not withdraw the deviations
proposed by him, if any, at the cost of withdrawal stated by him in the bid,
his bid will be rejected and his bid security forfeited.

B. The evaluation shall be based on the evaluated cost of fulfilling the


Contract with all commercial, contractual and technical obligations under
the Bidding Documents. In arriving at the evaluated cost, the price of
withdrawal of deviations as mentioned above, shown in the relevant
schedule of Bid Form, price and other schedules, will be used.

(d) Cost of incidental services


Clause Deleted.

(e) Performance & productivity of the Equipment


(i) Bidder shall state the guaranteed performance or efficiency in response to
the Technical Specifications. Plant & Equipment offered shall have
minimum performance specified in Technical Specification to be
considered responsive. Bids offering Pant and Equipment with a
performance less that the specified may be rejected.

Section - II Instruction to Bidder (ITB) Page 19 of 24


(ii) For the purpose of evaluation, the adjustment on the basis of per unit of
differential loss in terms of Indian Rupees indicated in Clause 28.5 of
Conditions of Contract will be added to the bid price.

The best parameter of loss quoted for the equipment by any technically responsive
bidder shall be taken as basis and that quoted by the particular bidder shall be used
to arrive at differential price to be applied for the bid.

(f) No credit will be given for the earlier delivery/ completion and offers with
delivery/completion beyond the completion period will be treated as unresponsive.

24.7 Bidder has to quote for the complete scope of work for subject package as stated in
Section- Technical Specification, Vol.-II & Section I Vol.- I of the Bidding Documents.
Bids covering partial scope of the work as specified in Technical Specification will be
treated as incomplete and shall be rejected.

24.8 Conditional discount/rebate, if any, offered by the bidder shall not be taken into
consideration for evaluation. It shall, however, be considered in case of award.

Discount(s)/rebate(s) offered by the bidder shall be indicated as a percentage of price


component(s) and not as a lump sum amount. Bidder shall also indicate in his bid, the
price component(s) on which the percentage discount is to be applied. In case the price
component(s) on which the percentage discount is applicable is not indicated in the bid,
then the discount will be adjusted in the total bid price [i.e. proportionately on each price
component], in the event of award. However, if lump sum discount is offered, the same
shall be adjusted in full from the ex-works price component (by proportionately reducing
ex-works price of individual items), in case of award.

24.9 Any adjustments in price that result from the above procedures shall be added, for
purposes of comparative evaluation only, to arrive at an "Evaluated Bid Price." Bid prices
quoted by Bidders shall remain unaltered.

25.0 No margin of preference will be granted to plant & equipment manufactured in employers
country.

26.0 Contacting the Employer

26.1 From the time of the opening of bids to the time the contract is awarded if any bidder
wishes to contact the Employer on any matter related to the bid, it should do so in writing.

26.2 Any effort by a Bidder to influence the Employer in the Employer's bid evaluation, bid
comparison or contract award decisions may result in rejection of the Bidder's bid.

F. Award of Contract

27.0 Post-Qualification

27.1 The Employer will determine to its satisfaction whether the Bidder selected as Techno-
Commercially qualified & having submitted the lowest evaluated responsive bid is
qualified to satisfactorily perform the contract in terms of the qualifying requirements
stipulated in the ITB 8.3 (c) and (e)".

27.2 The determination will take into account the Bidder's financial, technical and production

Section - II Instruction to Bidder (ITB) Page 20 of 24


capabilities, in particular its contract, work in hand, future commitments and current
litigation. It will be based upon an examination of the documentary evidence of the
Bidder's qualifications submitted by the Bidder in Attachment 3 to the bid, as well as such
other information as the Employer deems necessary and appropriate.

27.3 An affirmative determination will be a prerequisite for award of the contract to the Bidder.
A negative determination will result in rejection of the Bidder's bid, in which event the
Employer will proceed to the next lowest evaluated bid to make a similar determination of
that Bidder's capabilities to perform satisfactorily.

27.4 The capabilities of the vendors and subcontractors proposed in Attachment 5 to the bid to
be used by the lowest evaluated Bidder will also be evaluated for acceptability. Their
participation should be confirmed with a letter of intent between the parties, as needed.
Vendor or subcontractor be determined to be unacceptable, the bid will not be rejected, but
the Bidder will be required to substitute an acceptable vendor or subcontractor without any
change to the bid price.

28.0 Award Criteria

28.1 Subject to ITB Clause 29, the Employer will award the contract to the successful Bidder
whose bid has been determined to be substantially responsive and to be the lowest
evaluated bid, further provided that the Bidder is determined to be qualified to perform the
contract satisfactorily.

28.2 The Employer may request the Bidder to withdraw any of the deviations listed in
Attachment 6 and 6A to the winning bid, at the price shown for the deviation in
Attachment 6 and 6A to the bid. Bidder would be required to comply with all other
requirements of the Bidding Documents except for those deviations which are accepted by
the Employer."

28.3 The Employer reserves the right to vary the quantity of any of the spares and/or delete any
items of spares altogether at the time of Award of Contract."

28.4 The mode of contracting with the successful bidder will be as per stipulation outlined in CC
and briefly indicated below:

In the case of successful Indian Bidder, the award shall be made as follows:

(i) First Contract: For Ex-Works supply and CIF supply, if any, of all equipments and
materials including mandatory spares identifying separately the CIF and EXW
components of the Supply.

(ii) Second Contract: For providing all services i.e. inland transportation for delivery at
Site, unloading storage, handling at Site, installation, Testing and Commissioning
including performance testing in respect of all the equipments supplied under the
"First Contract" and any other services specified in the Contract Documents.

Both contracts will contain a cross fall breach clause specifying that breach of one
will constitute breach of the other.

Section - II Instruction to Bidder (ITB) Page 21 of 24


In the case of successful foreign Bidder, the award shall be made as follows:

(i) First Contract: For CIF supply of all offshore equipments and materials including
mandatory spares.

(ii) Second Contract: For Ex-Works supply of all equipments and materials including
mandatory spares and

(iii) Third Contract: For providing all services i.e. port handling and custom clearance
for the imported goods, further loading and inland transportation for delivery at
Site, unloading, storage, handling at Site, installation, testing and commissioning
including performance testing in respect of all the equipment supplied under the
First and Second Contracts and

All the three contracts will contain a cross fall breach clause specifying that breach of one
will constitute breach of the others. The foreign bidder, however, has the option, to be
exercised as a part of his bid proposal, to propose an Indian Associate to execute the
Second and/or Third Contract.

Further, in case of Foreign Bidder having proposed Indian Associate in its bid to execute
the Second and Third Contract and having also furnished written unequivocal consent of
the proposed Indian Associate to work as independent Contractor on the terms offered by
the bidder and the proposed Indian Associate for the Second Contract (On-Shore Supply)
and Third Contract (On-Shore Services Contract) is determined to be qualified and
determined to have capacity and capability, as per the Qualification Requirement specified
in Annexure-A (BDS), to perform the contract satisfactorily, then the employer will award
the Second and Third Contract on said Indian Associate notwithstanding the overall
responsibility and liability of the Foreign Bidder for successful performance of the
Contract(s) in the event of award.

It is our understanding that as per extant provisions, Indian Income Tax is not payable on
sale of goods, if contract is on Principal-to-Principal basis and the title of goods passes to
the Employer outside India as in the proposed First Contract. The bidders are, however,
advised to check the position from their own sources.

29.0 Employer's Right to Accept Any Bid and to Reject Any or All Bids

29.1 The Employer reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to award of contract, without thereby incurring
any liability to the affected Bidder or bidders or any obligation to inform the affected
Bidder or bidders of the grounds for the Employer's action. DELHI TRANSCO LIMITED
reserves the right to waive minor deviations if they do not materially affect the capability
of the Bidder to perform the contract.

30.0 Notification of Award

30.1 Prior to the expiration of the period of bid validity, the Employer will notify the successful
Bidder in writing by registered letter or by cable, to be confirmed in writing by registered
letter, that its bid has been accepted. The notification of award will constitute the
formation of the contract.

30.2 Upon the successful Bidder's furnishing of the performance security pursuant to ITB
Clause 32, the Employer will promptly notify each unsuccessful Bidder and will discharge

Section - II Instruction to Bidder (ITB) Page 22 of 24


its bid security, pursuant to ITB Sub-Clause 12.4.

31.0 Signing the Contract Agreement

31.1 At the same time as the Employer notifies the successful Bidder that its bid has been
accepted, the Employer will send the Bidder the Contract Agreement provided in the
bidding documents, incorporating all agreements between the parties.

31.2 Within twenty-eight (28) days of receipt of the Contract Agreement, the successful Bidder
shall sign and date the Contract Agreement and return it to the Employer.

32.0 Performance Security

32.1 Within twenty-eight (28) days after receipt of the notification of award, the successful
Bidder shall furnish the performance security 10% (Ten percent) of the contract price in
the form provided in the section "Sample Forms and Procedures" of the bidding
documents or in another form acceptable to the Employer. The performance security of a
joint venture shall be in the name of joint venture.

32.2 Failure of the successful Bidder to comply with the requirements of ITB Clause 31 or
Clause 32 shall constitute sufficient grounds for the annulment of the award and forfeiture
of the bid security, in which event the Employer may make the award to the next lowest
evaluated Bidder or call for new bids.

33.0 Adjudicator

33.1 No provision for adjudicator.

34.0 Corrupt or Fraudulent Practices

34.1 The DTL requires that Bidders/Suppliers/Contractors, observe the highest standard of
ethics during the procurement and execution of such contracts. In pursuance of this policy,
the DTL:

(a) Defines, for the purposes of this provision, the terms set forth below as follows:

(i) "corrupt practice" means the offering, giving, receiving or soliciting of any
thing of value to influence the action of a public official in the procurement
process or in contract execution; and

(ii) "fraudulent practice" means a misrepresentation of facts in order to influence


a procurement process or the execution of a contract to the detriment of the

Section - II Instruction to Bidder (ITB) Page 23 of 24


Employer, and includes collusive practice among Bidders (prior to or after bid
submission) designed to establish bid prices at artificial non-competitive levels
and to deprive the Employer of the benefits of free and open competition;

(b) Will reject a proposal for award if it determines that the Bidder recommended for
award has engaged in corrupt or fraudulent practices in competing for the contract in
question;

(c) Will declare a firm ineligible, either indefinitely or for a stated period of time, if it
at any time determines that the firm has engaged in corrupt or fraudulent practices
in competing for, or in executing this contract.

34.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause 42.2 of the
Conditions of Contract.

35.0 After award of Contract, the contractor shall be solely responsible for RBI permissions for
foreign bidders, if required, for opening Project office and project account in Delhi for
execution of contract.

36.0 Anti-Profiteering Clause


The bidder shall comply with the provision of section 171 of the GST Act, 2017 and all
the benefits accrued to him on account of any reduction in rate of tax on any supply of
goods or services will be supplied to DTL under this Tender No. Refer BDS will be passed
on to Delhi Transco Limited by way of commensurate reduction in the prices. In future, if
anything found contrary, the bidder will be accountable for any contravention of the law
and shall indemnify Delhi Transco Limited for the loss suffered on account of not passing
the aforesaid benefit.

Section - II Instruction to Bidder (ITB) Page 24 of 24


SECTION-III

BID DATA SHEETS


(BDS)
SECTION-III

BID DATA SHEETS (BDS)

The following bid specific data for the Plant and Equipment to be procured shall amend
and/or supplement the provisions in the Instruction to Bidders (ITB)

S. No. ITB Clause Ref. No. Bid Data Details

1. ITB 5.1 Address of the Employer:

Office of DGM (T)Contract


Delhi Transco Limited, Room No.-107, First Floor,
Pre Fabricated Building, Rajghat Power House,
New Delhi – 110002 (INDIA)
Phone Number:+9111 23275290
Fax No. 011-23275289
E-Mail: dgmcontract.cmm@dtl.gov.in

2. ITB 5.4 Venue, date and time for Pre-bid Meeting:

The Bidder’s designated representative is invited to attend a


pre-bid meeting, which will take place at the venue and time as
given below:

Delhi Transco Limited ,


Fourth Floor, Conference Room
Shakti Sadan, Kotla Road
New Delhi – 110002.

Date :……….
Time: ……… hours (IST)

3. Cl 10.6 For a Completion Period Equal to or Less than 18 Months


Cl. 10.6 to be followed as under:
“Prices as quoted by the bidder shall remain fixed during
the Bidder’s Performance of the Contract and not subject to
variation on any account. A bid submitted with an
adjustable price quotation will be treated as non-responsive
and rejected.”

For a Completion Period extending beyond 18 months Cl.


10.6 to be followed as under:
“The Price variation shall be applicable only for Civil
Works as per approved indices of CPWD and shall be
calculated due to increase/decrease in price of cement

Section – III: Bid Data Sheets Page 1 of 9


S. No. ITB Clause Ref. No. Bid Data Details

and steel reinforcement bars after receipt of tender as


per Appendix-2 of Form of Contract Agreement,
Section Forms & Procedures, Volume-I. A bid
submitted with an adjustable price quotation except
Civil works will be treated as non-responsive and
rejected.”

4. ITB 12.1 Amount of Bid Security:

In Figures: 1,57,47,243/-

In Words: INR One Crore Fifty Seven Lacs Fourty Seven


Thousand Two Hundred Fourty Three only).

5. ITB 15.2(a) and ITB 19.1 Address for submission of Bid Documents and Bid Opening;

Address in Person or by Post:

Office of DGM (T)Contract


Delhi Transco Limited, Room No.-107, First Floor,
Pre Fabricated Building, Rajghat Power House,
New Delhi – 110002 (INDIA)
Phone Number:+9111 23275290
Fax No. 011-23275289
E-Mail: dgmcontract.cmm@dtl.gov.in
6. ITB 15.2(b) BID TITLE: Design, Engineering, Manufacturing, Supply,
Erection, Testing & Commissioning of 220/33
kV GIS Sub-Station with complete civil works
& automation at Rajghat Power House New
Delhi (India) on Turnkey Basis.

Tender No.: T19P070206


7. ITB 36.0 Tender No. T19P070206
8. New Clause ITB 37 DTL not to be made a party in case of any dispute between
contractor and sub-contractor/ vendor.

Section – III: Bid Data Sheets Page 2 of 9


Annexure-A

Qualifying Requirements

Qualification of the Bidder for Establishment of 220kV GIS without Transformer.

Qualification of the Bidder for Establishment of 220kV GIS without Transformer.

Qualification of Bidder will be based on meeting the minimum pass/fail criteria specified
below regarding, the Bidder’s Technical Experience and Financial Position as demonstrated
by the Bidder’s responses in the corresponding Bid Schedules. Technical experience and
financial resources of any proposed subcontractor shall not be taken into account in
determining the Bidder’s compliance with the qualifying criteria. The bid can be submitted
by an individual firm or a Joint Venture of two or more firms (specific requirements for Joint
Ventures are given under Para 3.0 below).

The Employer may assess the capacity and capability of the bidder, to successfully execute
the scope of work covered under the package within stipulated completion period. This
assessment shall inter-alia include (i) document verification; (ii) bidders
work/manufacturing facilities visit (iii) manufacturing capacity, details of works executed,
works in hand, anticipated in future & the balance capacity available for present scope of
works; (iv) details of plant and machinery, manufacturing and testing facilities , manpower
and financial resources ; (v) details of quality system in place; (vi) past experience and
performance; (vii) customer feedback; (viii) banker’s feedback etc.

1.0 TECHNICAL EXPERIENCE

1.1 The Bidder must have designed, manufactured, type tested (As per IEC or
equivalent standard), supplied, Erected & Commissioned (or supervised erection &
commissioning) of at least two (2) nos. GIS circuit breaker bays@ 220 kV or above
voltage class in one (1) GIS substation or Switchyard during last seven (7) years and
these bays must be satisfactory operational for at least two (2) years as on the
originally scheduled date of bid opening.

1.1.1. In case the Bidder is a Foreign Entity, following requirement shall be complied:-

i. If bidder is submitting bid as an Individual Firm or in a Joint Venture without


any Indian Entity as a Partner, bidder should, in its bid, propose an Indian
Associate for executing the On-shore Supply and On-Shore Services Contract, as
per the provisions of bidding documents. The proposed Indian Associate
should have erected, tested and commissioned at least two (2) nos.
GIS/AIS/Hybrid GIS Circuit Breaker equipped bays@ of 220 kV or above
voltage level in one (1) substation or switchyard during the last seven (7) years

Section – III: Bid Data Sheets Page 3 of 9


and these bays must be in satisfactory operation as on the originally scheduled
date of bid opening.

Note: Foreign manufacturers should submit performance certificate from


an end user located in a country other than the country where the product
has been manufactured in support of satisfactory operation of the product
offered for more than two years.
ii) The Subsidiary or Group Company or a Joint Venture Company (JVC) of the
bidder shall have established manufacturing & testing facilities for 220 kV or
above voltage level Gas insulated Switchgear (GIS) in India and should have
manufactured from the said establishment of 220 kV or higher voltage GIS
Circuit Breaker bay as on the originally scheduled date of bid opening.
Supporting documents for the same must be enclosed along with the bid.

1.2 In case, the Bidder is an Indian Entity not meeting the requirement stipulated in
clause 1.1. above, but has established manufacturing and testing facilities in India for
220 kV or above voltage level Gas Insulated Switchgear (GIS) bidder shall also be
considered, provided the bidder meets the following requirements:

a) The bidder must have manufactured at least one (1) 220 kV or above voltage
level GIS Circuit Breaker bay@ based on the technological support of the
Collaborator (s) and the bidder either should have supplied or should have
type tested the above GIS bay@ as per IEC as on the originally scheduled date
of bid opening. Provided further that the collaborator(s) of the bidder meets
qualifying requirements as per clause 1.1 mentioned above.

b) Further, the bidder shall also submit the following along with the bid:

i) A legally enforceable undertaking (jointly with the parent company


(Principals) or collaborator(s) or subsidiary company) to guarantee
quality, timely supply, performance and warranty obligations as
specified for the equipment(s)

ii) A confirmation letter from the Collaborator(s) stating that the


Collaborator(s) shall furnish performance guarantee for an amount of
10% of the ex-works cost of such equipment(s). This performance
guarantee shall be addition to Contract Performance Guarantee to be
submitted by the bidder.

iii) A valid collaboration agreement for technology transfer/license to


design, manufacture, test and supply 220kV or above voltage level GIS
equipment in India.

Note:-

Section – III: Bid Data Sheets Page 4 of 9


1. (#) Satisfactory operation means certification issued by the Employer certifying the
operation without any adverse remark.
2. (@)For the purpose of qualifying requirement, one no. of circuit breaker shall be
considered as a bay used for controlling a line or a transformer or a reactor of a bus
section or a bus coupler and comprising or at least one circuit breaker, one
disconnector and three nos. of single-phase CTs/Bushing CTs.
3. In case bidder is a holding company, the technical experience referred to in clause 1.1
and 1.2 above as the case may be shall be of that holding company only (i.e.
excluding its subsidiary/group companies). In case bidder is a subsidiary of a
holding company, the technical experience referred to in clause 1.1 and 1.2 above as
the case may be shall be of that subsidiary company only (i.e. excluding its holding
company).

2.0 FINANCIAL POSITION:-


For the purpose of this particular bid, bidders shall meet the following minimum
criteria:

a) Net Worth* for last 3 financial years should be positive.

b) Minimum Average Annual Turnover (MAAT) of the bidder for the best three years
out of last five financial years as annualized should be not less than:

MAAT = Rs. 78,73,62,148 /-

#Note: Annual total income as incorporated in the profit & loss account except non-
recurring income e.g. sale of fixed assets etc.
c) Bidder shall have Liquid Assets (LA) and/or evidence of access to or availability of
credit facilities of not less than:

LA = Rs. 13,12,27,025/-

Note: In case completion period is less than one (1) year, the denominator to
calculate MAAT and LA shall be considered as one (1) and twelve (12) respectively.

In case bidder is a holding company, the Financial Position criteria referred to in


clause 2.0 above shall be that of holding company only (i.e. excluding its
subsidiary/group companies). In case bidder is a subsidiary of a holding company,
the Financial Position criteria referred to in clause 2.0 above shall be that of
subsidiary company only i.e. (excluding its holding company).

(*) In case bidder has established manufacturing facility in India and yet to complete
three (3) financial years, the Net Worth and average of the turnover as per financial

Section – III: Bid Data Sheets Page 5 of 9


statement for completed financial years shall be considered for the purpose of
compliance to the specified Net Worth and MAAT requirements.

3.0 JOINT VENTURE BIDS


In case a bid is submitted by a Joint Venture (JV) of two or more firms as partners,
the JV shall meet collectively the complete requirements mentioned at clause no. 1.0
and 2.0 (b) & (c) above. Further, the partners of Joint Venture shall meet the
following requirements:-

a) All the partners of the JV shall meet individually the Financial Position criteria
given at 2.0 (a)

b) The lead partner shall meet not less than 40% of the Financial Position minimum
criteria given at clause 2.0 (b) & (c)

c) Each of the other partner(s) individually shall meet not less than 25% of the
minimum Financial Position criteria given at clause 2.0 (b) & (c).

The figure of average annual turnover and liquid assets/credit facilities for each of
the partners of the JV shall be added together to determine the JV’s compliance with
the minimum qualifying criteria set out in clause 2.0 (b) & (c).

For a JV to be qualified, the partners(s) of JV must meet the technical experience


criteria as per clause 1.1 or 1.2.
OR
Must have experience for erection, testing and commissioning of at least, one (1) or
more GIS substation (s) having at least four (4) or more Circuit Breaker equipped GIS
bays@ of 220kV or above voltage level during the last seven years in India and these
bays@ must be in satisfactory operation at least for two years as on the originally
scheduled date of bid opening.

However, the lead partner of JV must meet the technical experience criteria as per
clause 1.1 or 1.2

4.0) Financial & Capacity Requirements

Bidder shall be financially sound.

i. Bidder shall submit a certificate from their Banker(s) as per format indicating
various fund based/non fund based limits sanctioned to the bidder and the
extent of utilization as on date. Such certificate should have been issued not

Section – III: Bid Data Sheets Page 6 of 9


earlier than three months prior to the originally scheduled date of bid
opening.

ii. Bidder shall submit a monthly cash flow projection for execution of the
contract having regard to implementation schedule. Bidder should indicate
how funding gap in each month is proposed to be met.

iii. Bidder shall submit the complete Annual reports together with Audited
statement of accounts of the company for last five years.

The Bidder shall submit the audited balance sheet and income statement of its
own (separate) for the last 5 years (five years) and must demonstrate the
soundness of their financial position showing long term profitability.
Wherever necessary the Employer may make enquiries with the Bidder's
bankers.

In the event the Bidder (being a company registered/ incorporated outside


India or otherwise) is not able to furnish the above information of its own
(separate), being a subsidiary company and the accounts are being
consolidated with their Group/ Holding/ Parent company, the Bidder should
submit the balance sheet, income statement, other information as required, of
its own (separate), (not of its Group/ Holding/ Parent company) duly
certified by:

i. Their statutory Auditor; or


ii. A Certified Public Accountant; or
iii. Their Company Secretary certifying that it is based on audited
accounts, as the case may be.

Similarly, if the Bidder happens to be a Group / Holding / Parent company,


the Bidder should submit the above information of its own (separate),
exclusive of its Subsidiaries, duly certified by:

i. Their statutory Auditor; or


ii. A certified Public Accountant; or
iii. Their Company Secretary certifying that it is based on audited
accounts, as the case may be.

5.0 General Requirements

Section – III: Bid Data Sheets Page 7 of 9


1. The bidder shall furnish documentary evidence in support of the qualifying
requirement stipulated as above along with the bid.

2. All the Bidders shall submit the proof of work executed by them along with the
Performance Certificates in support of their qualification.

3. The bidder shall have a project manager with 15 years experience in executing such
contract of comparable nature including not less than five years as manager.

4. The bidder should have adequate after sales support facility and shall ensure
availability of technical support in India so as to attend warrantee provisions under
this contract.

5. For the purpose of qualifying requirement, one no. of circuit breaker bay shall be
considered as a bay, used for controlling a line or a transformer or a bus coupler and
comprising of at least one circuit breaker, two disconnectors and three nos. of single
phase CTs/ Bushing CTs.

6. A Bidder shall submit only one bid in the same tendering process, either
individually as bidder or as a partner of a Joint Venture. A bidder who submits or
participates in more than one bid will cause all of the proposals in which the bidder
has participated to be disqualified. No bidder can be a sub-contractor while
submitting a bid individually or as a partner of a Joint Venture in the same bidding
process.

----------------------------------------------End-------------------------------------------------------------
-----

Section – III: Bid Data Sheets Page 8 of 9


ANNEXURE-B

FORMAT FOR EVIDENCE OF ACCESS


TO OR AVAILABILITY OF CREDIT FACILITIES
BANK CERTIFICATE

This is to certify that M/s …………………………………………………………....... (Full


Name & Address)
…………………………………………………………………………………………………
Who are submitting their bid to Delhi Transco Ltd. as sole bidder*/partner of Joint Venture#
against their tender specification vide Ref. No.________________ & date ___________ is
our Customer for the past _________________ years.

Their financial transactions with our bank have been satisfactory. They enjoy the following
fund based and non-fund based limits including for guarantees, L/C and other credit facilities
with us against which the extent of utilization as on date is also indicated below :

S. No. Type of Facility Sanctioned Limit as on Date Utilization as on Date

This letter is issued at the request of M/s. _________________________________

Sd/-

Name of Bank ___________________


Name of Authorised Signatory ___________________
Designation ___________________
Phone No. ___________________
Fax No. ___________________
SEAL OF THE BANK :
# Separate details to be furnished by different partners of JV.

---- End of Section-III (BDS) --

Section – III: Bid Data Sheets Page 9 of 9


.
SECTION-IV

CONDITIONS OF CONTRACT
(CC)
SECTION - IV

Condition of Contract (CC)

A. Contract and Interpretation:


.
1.0 Definitions:

1.1 The following words and expressions shall have the meanings hereby assigned to them:

"Contract" means the Contract Agreement entered into between the Employer and the Contractor,
together with the Contract Documents referred to therein; they shall constitute the Contract, and the term
"the Contract” shall in all such documents be construed accordingly.

"Contract Documents" means the documents listed in Article 1.1(Contract Documents) of the Form of
Contract Agreement (including any amendments thereto).
"CC" means the Conditions of Contract hereof.

"Day" means calendar day of the Gregorian Calendar.

"Month" means calendar month of the Gregorian Calendar.

"Employer/Owner" means the person named as below and includes the legal successors or permitted
assigns of the Employer/Owner.

Delhi Transco Ltd.


Shakti Sadan
New Delhi-110002
Fax No. – 011-23234640
Tel. No. -011-23231748/23215198

"Project Manager" means the person appointed by the Employer in the manner provided in CC Sub-
Clause 17.1 (Project Manager) hereof and named as such in the CC to perform the duties delegated by the
Employer.

The Project Manager is: [Name, address, telephone, cable, email-id and facsimile numbers]

"Contractor" means the person(s) whose bid to perform the Contract has been accepted by the Employer
and is named as such in the Contract Agreement, and includes the legal successors or permitted assigns of
the Contractor.

The Contractor is: [Name, address, telephone, cable and facsimile numbers ]

"Contractor's Representative" means any person nominated by the Contractor and named as such in the
CC and approved by the Employer in the manner provided in CC Sub-Clause 17.2 (Contractor's
Representative and Construction Manager) hereof to perform the duties delegated by the Contractor.

The Contractor’s Representative is: [Name, address, telephone, cable and facsimile numbers]

"Subcontractor," including vendors, means any person to whom execution of any part of the Facilities,
including preparation of any design or supply of any Plant and Equipment, is sub-contracted directly or
indirectly by the Contractor, and includes its legal successors or permitted assigns.

"Arbitrator" means the person or persons appointed by agreement between the Employer and the
Contractor to make a decision on or to settle any dispute or difference between the Employer and the
Contractor referred to him or her by the parties pursuant to CC Sub-Clause 6.2 (Arbitrator) hereof.

"Contract Price" means the sum specified in Article 2.1 (Contract Price) of the Contract Agreement,
subject to such additions and adjustments thereto or deductions therefrom, as may be made pursuant to the
Contract.

"Facilities" means the Plant and Equipment to be supplied and installed, as well as all the Installation
Services to be carried out by the Contractor under the Contract.
Section – IV Condition of Contract (CC) Page 1 of 43
"Plant and Equipment" means permanent plant, equipment, machinery, apparatus, articles and things of
all kinds to be provided and incorporated in the Facilities by the Contractor under the Contract (including
the spare parts to be supplied by the Contractor under CC Sub-Clause 7.3 hereof), but does not include
Contractor's Equipment.

"Installation Services" means all those services ancillary to the supply of the Plant and Equipment for the
Facilities, to be provided by the Contractor under the Contract; e.g., transportation and provision of marine
or other similar insurance, inspection, expediting, Site preparation works (including the provision and use
of Contractor's Equipment and the supply of all construction materials required), installation, testing, Pre-
commissioning, commissioning, operations, maintenance, the provision of operations and maintenance
manuals, training, etc.

"Contractor's Equipment" means all plant, facilities, equipment, machinery, tools, apparatus, appliances
or things of every kind required in or for installation, completion and maintenance of Facilities that are to
be provided by the Contractor, but does not include Plant and Equipment, or other things intended to form
or forming part of the Facilities.

"Site" means the land and other places upon which the Facilities are to be installed, and such other land or
places as may be specified in the Contract as forming part of the Site.

“Effective Date” means the date from which the Time for Completion shall be determined as stated in
Article 3 (Effective Date for Determining Time for Completion) of the form of Contract Agreement.

“Taking Over” means the Employer’s written acceptance of the Facilities under the Contract, after
successful Trial – Operation for the specified period in accordance with the Contract.

"Time of completion" means the time within which completion of the Facilities as whole (or of a part of
the Facilities where a separate Time for completion of such part has been prescribed) and Taking Over by
the employer is to be attained in accordance with the stipulations in the SCC and the relevant provisions of
the Contract.

The successful Bidder shall be required to prepare detailed Network(s) and project implementation
plans & programmes and finalize the same with the Employer as per requirement specified in
Technical Specifications, which shall form a part of the Contract.

Note: No credit will be given for the earlier delivery/ completion and offers with delivery/completion
beyond the completion period will be treated as unresponsive.

"Completion" means that the Facilities (or a specific part thereof where specific parts are specified in the
CC) have been completed operationally and structurally and put in a tight and clean condition, and that all
work in respect of Pre-commissioning of the Facilities or such specific part thereof has been completed
and Commissioning has been attained as per Technical Specifications followed by successful Trial –
Operation, as provided in CC Sub-Clause 24.0 (Completion of Facilities) & 25.0 (Commissioning and
Operational Acceptance) hereof.

"Pre-commissioning" means the testing, checking and other requirements specified in the Technical
Specifications that are to be carried out by the Contractor in preparation for Commissioning as provided in
CC Clause 24 (Completion) hereof.

“Commissioning” means operations of the facilities or any part thereof to be carried out by the
Contractor as provided in CC Sub-Clause 25.1 (commissioning) hereof, for the purpose of carrying out
Guarantee Test(s).

"Guarantee Test(s)" means the test(s) specified in the Technical Specifications to be carried out to
ascertain whether the Facilities or a specified part thereof is able to attain the Functional Guarantees
specified in the Technical Specifications in accordance with the provisions of CC Sub-Clause 25.2
(Guarantee Test) hereof.

"Operational Acceptance" means the acceptance by the Employer of the Facilities (or any part of the
Facilities where the Contract provides for acceptance of the Facilities in parts), which certifies the
Contractor's fulfillment of the Contract in respect of Functional Guarantees of the Facilities (or the relevant
part thereof) in accordance with the provisions of CC Clause 28 (Functional Guarantees) hereof and shall
include deemed acceptance in accordance with CC Clause 25 (Commissioning and Operational
Acceptance) hereof.

Section – IV Condition of Contract (CC) Page 2 of 43


"Defect Liability Period” means the period of validity of the warranties given by the Contractor
commencing at Completion of the Facilities or a part thereof, during which the Contractor is responsible
for defects with respect to the Facilities (or the relevant part thereof) as provided in CC Clause 27 (Defect
Liability) hereof.

2. Contract Documents
2.1 Subject to Article 1.2 (Order of Precedence) of the Contract Agreement, all documents forming part of the
Contract (and all parts thereof) are intended to be correlative, complementary and mutually explanatory.
The Contract shall be read as a whole.

3. Interpretation
3.1 Language

3.1.1 All Contract Documents, all correspondence and communications to be given, and all other documentation
to be prepared and supplied under the Contract shall be written in English, and the Contract shall be
construed and interpreted in accordance with that language.

3.1.2 If any of the Contract Documents, correspondence or communications are prepared in any language other
than the governing language under CC Sub Clause 3.1.1 above, the English translation of such documents,
correspondence or communications shall prevail in matters of interpretation.

3.2 Singular and Plural


The singular shall include the plural and the plural the singular, except where the context otherwise
requires.

3.3 Headings
The headings in the CC are included for ease of reference, and shall neither constitute a part of the
Contract nor affect its interpretation.

3.4 Persons
Words importing persons or parties shall include firms, corporations and government entities.

3.5 Incoterms
Unless inconsistent with any provision of the Contract, the meaning of any trade term and the rights and
obligations of parties thereunder shall be as prescribed by Incoterms.

Incoterms means international rules for interpreting trade terms published by the International Chamber of
Commerce (latest edition), 38 Cours Albert 1er, 75008 Paris, France.

3.6 Entire Agreement


Subject to CC Sub-Clause 16.4 hereof, the Contract constitutes the entire agreement between the Employer
and Contractor with respect to the subject matter of Contract and supersedes all communications,
negotiations and agreements (whether written or oral) of parties with respect thereto made prior to the date
of Contract.

3.7 Amendment
No amendment or other variation of the Contract shall be effective unless it is in writing, is dated,
expressly refers to the Contract, and is signed by a duly authorized representative of each party hereto.

3.8 Independent Contractor


The Contractor shall be an independent contractor performing the Contract. The Contract does not create
any agency, partnership, joint venture or other joint relationship between the parties hereto.

Subject to the provisions of the Contract, the Contractor shall be solely responsible for the manner in
which the Contract is performed. All employees, representatives or Subcontractors engaged by the
Contractor in connection with the performance of the Contract shall be under the complete control of the
Contractor and shall not be deemed to be employees of the Employer, and nothing contained in the
Contract or in any subcontract awarded by the Contractor shall be construed to create any contractual
relationship between any such employees, representatives or Subcontractors and the Employer.

3.9 Joint Venture or Consortium


If the Contractor is a joint venture or consortium of two or more firms, all such firms shall be jointly and
severally bound to the employer for the fulfillment of the provisions of the Contract and shall designate
one of such firms to act as a leader with authority to bind the joint venture or consortium. The

Section – IV Condition of Contract (CC) Page 3 of 43


composition or the constitution of the joint venture or consortium shall not be altered without the prior
consent of the Employer.

3.10 Non-Waiver

3.10.1 Subject to CC Sub-Clause 3.10.2 below, no relaxation, forbearance, delay or indulgence by either party in
enforcing any of the terms and conditions of the Contract or the granting of time by either party to the
other shall prejudice, affect or restrict the rights of that party under the Contract, nor shall any waiver by
either party of any breach of Contract operate as waiver of any subsequent or continuing breach of
Contract.

3.10.2 Any waiver of a party's rights, powers or remedies under the Contract must be in writing, must be dated
and signed by an authorized representative of the party granting such waiver, and must specify the right
and the extent to which it is being waived.

3.11 Severability
If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable, such
prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any other
provisions and conditions of the Contract.

3.12 Country of Origin


"Origin" means the place where the materials, equipment and other supplies for the Facilities are mined,
grown, produced or manufactured, and from which the services are provided.

4. Notices

4.1 Unless otherwise stated in the Contract, all notices to be given under the Contract shall be in writing, and
shall be sent by personal delivery, airmail post, special courier, cable, telegraph, telex, facsimile, email id
or Electronic Data Interchange (EDI) to the address of the relevant party set out in the Special Conditions
of Contract, with the following provisions.

Employer’s address for notice purposes: [Name, address and telephone, cable, email-id and facsimile
numbers]

Contractor’s address for notice purposes: [Name, address and telephone, cable, email-id and facsimile
numbers]

4.1.1 Any notice sent by cable, telegraph, telex, facsimile, email id or EDI shall be confirmed within two (2)
days after despatch by notice sent by airmail post or special courier, except as otherwise specified in the
Contract.

4.1.2 Any notice sent by airmail post or special courier shall be deemed (in the absence of evidence of earlier
receipt) to have been delivered ten (10) days after dispatch. In proving the fact of despatch, it shall be
sufficient to show that the envelope containing such notice was properly addressed, stamped and conveyed
to the postal authorities or courier service for transmission by airmail or special courier.

4.1.3 Any notice delivered personally or sent by cable, telegraph, telex, facsimile, email id or EDI shall be
deemed to have been delivered on date of its despatch.

4.1.4 Either party may change its postal, cable, telex, facsimile or EDI address or addressee for receipt of such
notices by ten (10) days' notice to the other party in writing.

4.2 Notices shall be deemed to include any approvals, consents, instructions, orders and certificates to be given
under the Contract .

5. Governing Law
5.1 The courts at Delhi shall have the exclusive jurisdiction on all matters. The contract shall be governed and
interpreted in accordance with the laws of the employer’s country, i.e India.

6. Settlement of Disputes
6.1. Adjudicator
Not applicable.

Section – IV Condition of Contract (CC) Page 4 of 43


6.2.1 Arbitration

If at any time any question, dispute or difference shall arise between the Employer and the Contractor in
connection with or arising out of the Contract or the carrying out of the Works either party shall be entitled
to refer the matter to be finally settled by arbitration in accordance with the following provisions:

6.2.2 The arbitration shall be conducted by three arbitrators. One each to be nominated by the Contractor and the
Employer and the third to be appointed as an umpire by both the arbitrators in accordance with the Indian
Arbitration Act. If either of the parties fails to appoint its arbitrator within sixty (60) days after receipt of a
notice from the other party invoking the Arbitration clause, the arbitrator appointed by the party invoking
the arbitration clause shall become the sole arbitrator to conduct the arbitration.

6.2.3 The arbitration shall be conducted in accordance with the provisions of the Indian Arbitration &
Conciliation Act, 1996 or any statutory modification thereof. The venue of arbitration shall be New Delhi,
India.

6.2.4 The arbitration shall be conducted at New Delhi, India. The language of arbitration shall be English.

6.2.5 The Arbitrator(s) shall have full power to open up review and revise:

a) Any decision of the Employer referred to arbitration, and


b) Any certificate of the Employer related to the dispute.

6.2.6 The award given by the Arbitrator(s) under the Sub-clauses 6.2.1 & 6.2.3 shall be a speaking award.

6.2.7 Works to Continue

Performance of the Contract shall continue during arbitration proceedings unless the Employer shall
order suspension. If any such suspension is ordered the reasonable costs incurred by the Contractor and
occasioned thereby shall be added to the Contract Price. No payments due or payable by the Employer
shall be withheld on account of pending reference to arbitration.

6.2.8 Time Limit for Arbitration

Formal notice of arbitration must be given to the other party, and where required to the appropriate
arbitration body no later than 90 days after the issue of the Final Certificate of Payment.

6.2.9 Law and Procedure

6.2.9.1 Applicable Law

The law, which is to apply to the Contract and under which the Contract is to be construed, shall be
Indian law.

6.2.9.2 Procedural Law

The law governing the procedure and administration of any arbitration instituted pursuant to Clause 6.0
shall be Indian law.

B. Subject Matter of Contract

7. Scope of Facilities

7.1. Unless otherwise expressly limited in the Technical Specifications, the Contractor’s obligation cover the
provision of all Plant and Equipment and the performance of all Installation Services required for the
design, the manufacture (including procurement, quality assurance, construction, installation, associated
civil works, Precommissioning and delivery) of the Plant and Equipment and the installation, completion,
commissioning and performance testing of the facilities in accordance with the plans, procedures,
specifications drawings, codes and any other documents as specified in the Technical specifications. Such
specifications include, but are not limited to, the provision of supervision and engineering services the
supply of labour, materials, equipment, spare parts (as specified in CC sub-clause 7.3 below) and
accessories, Contractor’s Equipment; construction utilities and supplies, temporary materials, structures
and facilities, transportation (including without limitation, unloading and hauling to, from and at the Site);
and storage except for those supplies, works and services that will be provided or performed by the
Employer, as set forth in Appendix-6 (Scope of Works and Supply by the Employer) to the Contract
Agreement.

Section – IV Condition of Contract (CC) Page 5 of 43


7.2 The Contractor shall, unless specifically excluded in the Contract, perform all such work and/or supply all
such items and materials not specifically mentioned in the Contract but that can be reasonably inferred
from the Contract as being required for attaining Completion of the Facilities as if such work and/or items
and materials were expressly mentioned in the Contract.

7.3 In addition to the supply of Mandatory Spare Parts included in the Contract, the Contractor agrees to
supply spare parts required for the operation and maintenance of the Facilities for the period specified in
the CC. However, the identity, specifications and quantities of such spare parts and the terms and
conditions relating to the supply thereof are to be agreed between the Employer and the Contractor, and the
price of such spare parts shall be that given in Price Schedules, which shall be added to the Contract Price.
The price of such spare parts shall include the purchase price thereof and other costs and expenses
(including the Contractor's fees) relating to the supply of spare parts.

The Contractor shall ensure the availability of spare parts for the supplied items for a minimum period of
fifteen (15) years from operational acceptance by the Employer

7.4 The Contractor shall carry sufficient inventories to ensure an ex-stock supply of consumable spares for the
plant and equipment. Other spare parts and components shall be supplied as promptly as possible, but at
the most within six (6) months of placing the order and opening the letter of credit.

7.5 In the event of termination of production of spare parts:

(i) The Contractor shall send advance notification to the Employer of the pending termination, with
2(two) years time to permit the Employer to procure needed requirements, and
(ii) Following such termination, the contractor shall furnish at no cost to the Employer the blueprints,
drawings and specifications of the spare parts, if requested.

8. Time for Commencement and Completion

8.1 The Contractor shall commence work on the Facilities within the period specified in the CC and without
prejudice to CC Sub-Clause 26.2 hereof, the Contractor shall thereafter proceed with the Facilities in
accordance with the time schedule specified in Appendix 4 (Time Schedule) to the Contract Agreement.

The contractor shall commence work on the facilities from the Effective Date of Contract for determining
Time for completion as specified in the contract.

8.2. The Contractor shall attain Completion of the Facilities (or of a part where a separate time for Completion
of such part is specified in the Contract) within the time stated in the CC or within such extended time to
which the Contractor shall be entitled under CC Clause 40 (Extension of Time for Completion) hereof.

9. Contractor's Responsibilities

9.1 The Contractor shall design, manufacture (including associated purchases and/or subcontracting), install
and complete the Facilities with due care and diligence in accordance with the Contract.

9.2 The Contractor confirms that it has entered into this Contract on the basis of a proper examination of the
data relating to the Facilities (including any data as to boring tests) provided by the Employer, and on the
basis of information that the Contractor could have obtained from a visual inspection of the Site (if access
thereto was available) and of other data readily available to it relating to the Facilities as at the date twenty-
eight (28) days prior to bid submission. The Contractor acknowledges that any failure to acquaint itself
with all such data and information shall not relieve its responsibility for properly estimating the difficulty
or cost of successfully performing the Facilities.

9.3 The Contractor shall acquire in its name all permits, approvals and/or licenses from all local, state or
national government authorities or public service undertakings in the country where the Site is located that
are necessary for the performance of the Contract, including, without limitation, visas for the Contractor's
and Subcontractor's personnel and entry permits for all imported Contractor's Equipment. The Contractor
shall acquire all other permits, approvals and/or licenses that are not the responsibility of the Employer
under CC Sub-Clause 10.3 hereof and that are necessary for the performance of the Contract.

9.4 The Contractor shall comply with all laws in force in the country where the Facilities are installed and
where the Installation Services are carried out. The laws will include all national, provincial, municipal or
other laws that affect the performance of the Contract and bind upon the Contractor. The Contractor shall
indemnify and hold harmless the Employer from and against any and all liabilities, damages, claims, fines,
penalties and expenses of whatever nature arising or resulting from the violation of such laws by the
Section – IV Condition of Contract (CC) Page 6 of 43
Contractor or its personnel, including the Subcontractors and their personnel, but without prejudice to CC
Sub-Clause 10.1 hereof.

10. Employer's Responsibilities

10.1 The Employer shall ensure the accuracy of all information and/or data to be supplied by the Employer as
described in Appendix 6 (Scope of Works and Supply by the Employer) to the Contract, except when
otherwise expressly stated in the Contract.

10.2 The Employer shall be responsible for acquiring and providing legal and physical possession of the Site
and access thereto, and for providing possession of and access to all other areas reasonably required for the
proper execution of the Contract, including all requisite rights of way, as specified in Appendix 6 (Scope
of Works and Supply by the Employer) to the Contract Agreement. The Employer shall give full
possession of and accord all rights of access thereto on or before the date(s) specified in Appendix 6.

10.3 The Employer shall acquire and pay for all permits, approvals and/or licenses from all local, state or
national government authorities or public service undertakings in the country where the site is located
which such authorities or undertakings require the Employer to obtain them in the Employer’s name, are
necessary for the execution of the Contract (they include those required for the performance by both the
Contractor and the Employer of their respective obligations under the Contract), including those specified
in Appendix 6 ( Scope of works and supply by the Employer) to the Contract Agreement.

10.4 If requested by the Contractor, the Employer shall use its best endeavors to assist the Contractor in
obtaining in a timely and expeditious manner all permits, approvals and/or licenses necessary for the
execution of the Contract from all local, state or national government authorities or public service
undertakings that such authorities or undertakings require the Contractor or Subcontractors or the
personnel of the Contractor or Subcontractors, as the case may be, to obtain.

10.5 Unless otherwise specified in the Contract or agreed upon by the Employer and the Contractor, the
Employer shall provide sufficient, properly qualified operating and maintenance personnel, shall supply
and make available all raw materials utilities, lubricants, chemicals, catalysts, other materials and
facilities, and shall perform all works and services of whatsoever nature, to enable the Contractor to
properly carry out Pre-commissioning, Commissioning and Guarantee Tests, all in accordance with the
provisions of Appendix 6 (Scope of works and supply by the Employer) to the Contract Agreement at or
before the time specified in the program furnished by the Contractor under CC Sub-Clause 18.2 (Program
of Performance ) hereof and in the manner thereupon specified or as otherwise agreed upon by the
Employer and the Contractor.

10.6 The Employer shall be responsible for the continued operation of the facilities after Operational
Acceptance, in accordance with CC 25.3

10.7 All costs and expenses involved in the performance of the obligations under this CC Clause 10 shall be the
responsibility of the Employer, save those to be incurred by the Contractor with respect to the performance
of Guarantee Tests, in accordance with CC Sub-Clause 25.2.

C. Payment

11. Contract Price


11.1 The Contract Price shall be as specified in Article 2 (Contract Price and Terms of Payment) of the Form of
Contract Agreement.

11.2 The Contract Price shall be on lump sum basis. The Contract price shall be adjusted on account of
variation in quantity in accordance with clause 39 CC. Further the CIF/Ex-works price component and
installation price component shall also be subject to price adjustment in line with the provisions of
Appendix 2 to Form of Contract Agreement

11.3 Subject to CC Sub-Clauses 9.2, 10.1 and 35 (Unforeseen Conditions) hereof, the Contractor shall be
deemed to have satisfied itself as to the correctness and sufficiency of the Contract Price, which shall,
except as otherwise provided for in the Contract, cover all its obligations under the Contract.

12. Terms of Payment


12.1 The Contract Price shall be paid as specified in Appendix 1 (Terms and Procedures of Payment) to the
Contract Agreement. The procedures to be followed in making application for and processing payments
shall be those outlined in the same Appendix 1.

Section – IV Condition of Contract (CC) Page 7 of 43


12.2 No payment made by the Employer herein shall be deemed to constitute acceptance by the Employer of the
Facilities or any part(s) thereof.

12.3 The currency or currencies in which payments are made to the Contractor under this Contract shall be
specified in Appendix 1 (Terms and Procedures of Payment) to the Contract Agreement, subject to the
general principle that payments will be made in the currency or currencies in which the Contract Price has
been stated in the Contractor's bid.

12.4 All payments shall be made in currency or currencies specified in the corresponding Appendix 1 (Terms
and Procedures of Payment) to the Contract Agreement, pursuant to CC 12.3.

13. Securities

13.1 Issuance of Securities


The Contractor shall provide the securities specified below in favor of the Employer at the times, and in
the amount, manner and form specified below.

13.2 Advance Payment Security


13.2.1 The Contractor shall, within twenty-eight (28) days of the notification of contract award, provide a security
in an amount equal to the advance payment calculated in accordance with Appendix 1 (Terms and
Procedures of Payment) to the Contract Agreement, and in the same currency or currencies with a validity
of up to the date of completion of Facilities in accordance with CC clause 24.0 and it shall be kept alive till
the recovery of the full amount of the advance with interest portion.

13.2.2 The Security shall be in the form provided in the bidding documents or in another form acceptable to the
Employer. The security shall be discharged after completion of the facilities or relevant party thereof.

Procedure for effective reduction in the Advance Payment Security:

Recovery of the advance amount shall be made from each running bill proportionately. It should be clearly
understood that reduction in the value of security for advance shall not in any way dilute the Contractor’s
responsibility and liabilities under the Contract including in respect of the Facilities for which reduction in
the value of security is allowed.

13.3 Performance Security

13.3.1 The Bidder shall submit performance guarantee of 10% of the contract value within twenty eight (28) days
of the notifications of award, valid for 12 Months from operational acceptance. Then this performance
guarantee shall be renewed periodically every year for next four years. Every renewal of performance
guarantee shall be done by the contractor one month prior to the expiry date.

The bidder will submit an undertaking to the owner with a copy to the banker issuing the performance
bank guarantee that the bidder will renew and submit the bank guarantee within thirty days before the
expiry of bank guarantee failing which it shall be encashed and credited in favour of DTL automatically
by the banker without waiting for any instructions from DTL.

13.3.2 The performance security shall be in the form of unconditional Bank Guarantee attached hereto in the
Section IV - Sample Forms and Procedures.

13.3.3 Reduction in the security pro rata to the Contract Price of any part of the Facilities is not admissible since
separate time for Completion of part of the facilities is not applicable. However, if the Defects Liability
Period has been extended on any part of the Facilities pursuant to CC sub-clause 27.8 hereof, the
Contractor shall issue an additional security in an amount proportionate to the Contract Price of that part.
The Security shall be returned to the Contractor immediately after its expiration, provided, however, that if
the Contractor pursuant to CC Sub-Clause 27.10, is liable for an extended warranty obligation, the
performance security shall be extended for the period and up to the amount specified in the CC clause 27.

13.3.4. In case of award of the contract to a Joint Venture, the performance security and the Bank Guarantee for
advance payment shall be submitted in the name of the Joint Venture and not in the name of the Lead
Partner or any Partner(s) of the Joint Venture alone.

13.4 Issuing Banks


The Advance Payment Security and Performance Security are to be provided by the Contractor in the form
of ‘Bank Guarantee’ which should be issued either:

Section – IV Condition of Contract (CC) Page 8 of 43


(a) by a reputed bank located in the country of Employer and acceptable to the Employer, or

(b) by a foreign bank confirmed by either its correspondence bank located in the country of Employer
which should be reputed and acceptable to the Employer, or

(c) by a Public Sector Bank in the country of Employer.

All banks shall be nationalized and scheduled banks operating in India.

14. Taxes and Duties

14.1 For CIF Contract, the Contractor shall be entirely responsible for payment of all taxes, stamp duties,
license fees and other such levies imposed out-side the employer’s country.

14.2 In case of Contract for domestic supplies and services, the Contractor shall be entirely responsible for
payment of all taxes, duties, license fees and other such levies legally payable/incurred until delivery of
the contracted supplies to the Employer.

If it is statutory requirement to make deductions towards such taxes and duties or any other applicable
taxes and duties, the same shall be made by the employer and a certificate for the same shall be issued to
the Contractor.

14.3 The Contractor shall be solely responsible for its Income Tax liabilities and for taxes that may be levied
on the Contractor's persons or on earnings of any of his employees and shall hold the employer
indemnified and harmless against any claims that may be made against the Employer. The Employer does
not take any responsibility whatsoever regarding taxes under Income Tax Act, for the Contractor or his
personnel. If it is obligatory under the provisions of the Income Tax Act, deduction of Income Tax at
source shall be made by the employer.

14.4 In case of CIF Contracts, any Indian Customs duties or Taxes, duties and levies including GST the Stamp
Duty and Import License Fee levied by the Government of India or any State Government in India on the
equipment and materials covered in the Contract to be imported in to India against employer’s Import
License and which will become the property of the Employer under the Contract, shall be to the
Employer’s account and shall be paid directly by the Employer to Government of India or concerned
authorities. In the event a contractor is required by law to pay such levies in India, the same shall be
reimbursed by the Employer to the Contractor in Indian Rupees, upon presentation of satisfactory
documentary evidence for having made such payments. The successful bidder shall submit a
comprehensive list of all the goods to be imported in to India under the Contract to enable the Employer to
obtain the Import License endorsement of Project Imports for availing concessional rate of customs and
other import duties. However, the successful bidder shall arrange to get equipment assessed under ‘Project
Rate” or ‘merit rate’ of custom duty whichever is less as permitted under relevant notification for the type
of Project. Any additional liabilities of customs and import duties or penalty thereon, due to discrepancy
in the said list of goods or any other lapse of the Contract, shall be to the account of the Contractor.

Further, if any tax exemptions, reductions, allowances or privileges may be available to the Contractor in
the Country where the site is located, the Employer shall use its best endeavors to enable the Contractor to
benefit from such tax savings to the maximum allowable extent. The contractor is ultimately liable to pass
on the benefit so availed to the employer.

14.5 In respect of transactions between the Employer and the Contractor, the base price is inclusive of all cost
as well as duties and tax (custom duties & levies, Taxes and duties as per GST Rules) paid or payable on
components, raw materials and any other items used /incorporated or to be incorporated in the Plants &
Equipments and other final goods & services to be supplied by the contractor under the proposed contract.
No separate claim shall be paid by the Employer for taxes and duties included in respect of these items
stated herein.

14.6 The Input Tax Credit (ITC) available, if any, under GST as per the relevant Government laws wherever
applicable has been taken into account by the Contractor.
Reimbursement of GST by the Employer shall be at the rate applicable on the HSN/SAC of the goods/
services supplied by the Contractor to the Employer as mutually agreed upon. The payment of GST on
advance payment shall be against Invoice/Debit Note containing particulars specified under the GST Act
and related Rules, Notifications, etc as notified by the Government in this regard. In the event that the
Contractor fails to provide the invoice in the form and manner prescribed under the GST Act and Rules,
the Employer shall not be liable to make any payment against such invoice. GST payment against
Advance payment shall be against a proforma invoice. Further, the Contractor shall, within 7 days from
the date of receipt of Advance, furnish an Advance Receipt Voucher to the Employer, as prescribed under
the GST Law.
Section – IV Condition of Contract (CC) Page 9 of 43
The Contractor shall comply with all tax laws in force in India. The Contractor shall indemnify and hold
harmless the Employer from and against any and all liabilities, interest, damages, claims, fines, penalties
and expenses of whatever nature arising or resulting from the violation of such tax laws by the Contractor
or its personnel, including the Subcontractors and their personnel.

14.7 Taxes, duties and levies as per GST Rules for the goods & Services under ‘transactions’ between
contractor & Employer for destination site/state shall not be included in the base price. These amounts will
be payable (along with subsequent statutory variation if any) on the supplies made by the Contractor,
subject to submission of the documentary evidence indicating the said taxes paid by the contractor and
GST credit is transferred to the Employer. But the amount of said taxes shall be limited to the tax liability
on the transaction between the employer and the Contractor only. However, Employer will not bear any
upward variation in GST rate due to change/disputes in classification relating to HSN/SAC code as quoted
by the bidder at a later stage. Employer shall, however, deduct such taxes at source as per the rules and
issue Tax Deduction at Source (TDS) Certificate to the Contractor as per the said rules.

14.8 For payment in respect of dispatches made directly from Contractor's works, Tax invoices raised by the
Contractor shall be accepted as documentary evidence and for payment of GST. The amount of GST as
stated in Tax invoice will be paid only after the GST credit is transferred to the Employer.

However, the employer from time to time may also verify the payment / deposit of various taxes by the
contractor, which the later has already claimed and charged in the previous invoices from the employer
against the aforesaid transactions between employer and the contractor.

14.9 For the purpose of the Contract, it is agreed that the Contract Price specified in Article-2 (Contract Price
and Terms of Payment) of the Contract Agreement is based on the taxes inclusive of duties, levies and
charges prevailing at the date seven (07) days prior to the last date of bid submission. If any rates of Tax
including service tax are increased or decreased or , a new Tax is introduced, or/an existing Tax is
abolished in the course of the performance of the Contract, which was or will be assessed on the
Contractor in connection with performance of the Contract, an equitable adjustment of the Contract price
shall be made to take into account any such change by addition to the Contract price or deduction
therefrom, as the case may be (changes in law & regulations) hereof. However, these adjustments would
be applicable to all transactions between the employer and the Contractor for which the taxes and duties
are reimbursable by the Employer as per the Contract. These adjustments shall not be applicable on
procurement of raw materials, intermediary components etc by the Contractor.

In respect of raw materials, intermediary components etc forming part of base price of goods & services
supplied under the contract, neither the employer or the Contractor shall be entitled to any claim arising
due to increase or decrease in the rate of Tax, introduction of a new Tax or abolition of an existing Tax in
the course of the performance of the Contract. However, Employer will not bear any upward variation in
GST rate due to change/disputes in classification relating to HSN/SAC code as quoted by the bidder at a
later stage

14.10 Deleted

D. Intellectual Property

15. Copyright
15.1 The copy right in all drawings, documents and other materials containing data and information furnished to
the Employer by the Contractor herein shall remain vested in the Contractor or, if they are furnished to the
Employer directly or through the Contactor by any third party, including supplies of materials, the
copyright in such materials shall remain vested in such third party.

The Employer shall however be free to reproduce all drawings, document and other material furnished to
the Employer for all purpose of the Contract including, if required, for operation and maintenance.

16. Confidential Information


16.1 The Employer and the Contractor shall keep confidential and shall not, without the written consent of the
other party hereto, divulge to any third party any documents, data or other information furnished directly
or indirectly by the other party hereto in connection with the Contract, whether such information has been
furnished prior to, during or following termination of the Contract. Notwithstanding the above, the
Contractor may furnish to its Subcontractor(s) such documents, data and other information it receives from
the Employer to the extent required for the Subcontractor(s) to perform its work under the Contract, in
which event the Contractor shall obtain from such Subcontractor(s) an undertaking of confidentiality
similar to that imposed on the Contractor under this CC Clause.16.

Section – IV Condition of Contract (CC) Page 10 of 43


16.2 The Employer shall not use such documents, data and other information received from the Contractor for
any purpose other than the operation and maintenance of the Facilities. Similarly, the Contractor shall not
use such documents, data and other information received from the Employer for any purpose other than the
design, procurement of Plant and Equipment, construction or such other work and services as are required
for the performance of the Contract.

16.3 The obligation of a party under CC Sub-Clauses 16.1 and 16.2 above, however, shall not apply to that
information which

(a) now or hereafter enters the public domain through no fault of that party

(b) can be proven to have been possessed by that party at the time of disclosure and which was not
previously obtained, directly or indirectly, from the other party hereto

(c) otherwise lawfully becomes available to that party from a third party that has no obligation of
confidentiality

16.4 The above provisions of this CC Clause 16 shall not in any way modify any undertaking of confidentiality
given by either of the parties hereto prior to the date of the Contract in respect of the Facilities or any part
thereof.
16.5 The provisions of this CC Clause 16 shall survive termination, for whatever reason, of the Contract.

E. Execution of the Facilities

17. Representatives

17.1 If the Project Manager is not named in the Contract, then within fourteen (14 days) of the Effective Date,
the Employer shall appoint and notify the Contractor in writing of the name of Project manager. The
Employer may from time to time appoint some other person as the Project manager in place of the person
previously so appointed, and shall give a notice of the name of such other person to the Contractor without
delay. The Employer shall take all reasonable care to see that no such appointment is made at such a time
or in such a manner as to impede the progress of work on the Facilities. The Project Manager shall
represent and act for the employer at all times during the currency of the Contract. All notices,
instructions, orders, certificates, approvals and all other communications under the Contract shall be given
by the Project Manager, except as herein otherwise provided.

All notices, instructions, information and other communications given by the Contractor to the employer
under the Contract shall be given to the Project Manager, except as herein otherwise provided.

17.2 Contractor's Representative & Construction Manager


17.2.1 If the Contractor's Representative is not named in the Contract, then within fourteen (14) days of the
Effective Date, the Contractor shall appoint the Contractor's Representative and shall request the Employer
in writing to approve the person so appointed. If the Employer makes no objection to the appointment
within fourteen (14) days, the Contractor's Representative shall be deemed to have been approved. If the
Employer objects to the appointment within fourteen (14) days giving the reason therefore, then the
Contractor shall appoint a replacement within fourteen (14) days of such objection, and the foregoing
provisions of this CC Sub-Clause 17.2.1 shall apply thereto.

17.2.2 The Contractor's Representative shall represent and act for the Contractor at all times during the currency
of the Contract and shall give to the Project Manager all the Contractor's notices, instructions, information
and all other communications under the Contract.

All notices, instructions, information and all other communications given by the Employer or the Project
Manager to the Contractor under the Contract shall be given to the Contractor's Representative or, in its
absence, its deputy, except as herein otherwise provided.

The Contractor shall not revoke the appointment of the Contractor's Representative without the Employer's
prior written consent, which shall not be unreasonably withheld. If the Employer consents thereto, the
Contractor shall appoint some other person as the Contractor's Representative, pursuant to the procedure
set out in CC Sub-Clause 17.2.1.

17.2.3 The Contractor's Representative may, subject to the approval of the Employer (which shall not be
unreasonably withheld), at any time delegate to any person any of the powers, functions and authorities
vested in him or her. Any such delegation may be revoked at any time. Any such delegation or revocation

Section – IV Condition of Contract (CC) Page 11 of 43


shall be subject to a prior notice signed by the Contractor's Representative, and shall specify the powers,
functions and authorities thereby delegated or revoked. No such delegation or revocation shall take effect
unless and until a copy thereof has been delivered to the Employer and the Project Manager.

Any act or exercise by any person of powers, functions and authorities so delegated to him or her in
accordance with this CC Sub-Clause 17.2.3 shall be deemed to be an act or exercise by the Contractor's
Representative.

17.2.3.1 Notwithstanding any thing stated in CC sub-Clause 17.1 and 17.2.1 above, for the purpose of execution of
Contract, the Employer and the Contractor shall finalize and agree to a Contract Co-ordination Procedure
and all the communication under the Contract shall be in accordance with such Contract Coordination
Procedure.

17.2.4 From the commencement of installation of the Facilities at the site until Operational Acceptance, the
Contractor’s Representative shall appoint a suitable person as the construction manager, (hereinafter
referred to as “the Construction Manager”). The Construction Manager shall supervise all work done at
the site by the Contractor and shall be present at the site through-out normal working, hours, except when
on leave, sick or absent for reasons connected with the proper performance of the Contract. Whenever the
Construction Manager is absent from the Site, a suitable person shall be appointed to act as his or her
deputy.

17.2.5 The Employer may by notice to the Contractor object to any representative or person employed by the
Contractor in the execution of the Contract who, in the reasonable opinion of the Employer, may behave
inappropriately, may be incompetent or negligent, or may commit a serious breach of the Site regulations
provided under CC Sub-Clause 22.3. The Employer shall provide evidence of the same, whereupon the
Contractor shall remove such person from the Facilities.

17.2.6 If any representative or person employed by the Contractor is removed in accordance with CC Sub-Clause
17.2.5, the Contractor shall, where required, promptly appoint a replacement.

18. Work Program

18.1 Contractor's Organization

The Contractor shall supply to the Employer and the Project Manager a chart showing the proposed
organization to be established by the Contractor for carrying out work on the Facilities. The chart shall
include the identities of the key personnel together with the curricula vitae of such key personnel to be
employed within twenty-one (21) days of the Effective Date. The Contractor shall promptly inform the
Employer and the Project Manager in writing of any revision or alteration of such an organization chart.

18.2 Program of Performance


The form of the program of performance of the Contract shall be in the form of the Critical Path Method
(CPM), the PERT network, or other internationally used programs.

Within twenty-eight (28) days after the date of Notification of Award, the Contractor shall prepare and
submit to the Project Manager a detailed program of performance of the Contract, made in the form
specified in the CC and showing the sequence in which it proposes to design, manufacture, transport,
assemble, install and pre-commission the Facilities, as well as the date by which the Contractor reasonably
requires that the Employer shall have fulfilled its obligations under the Contract so as to enable the
Contractor to execute the Contract in accordance with the program and to achieve completion,
commissioning and Acceptance of the Facilities in accordance with the Contract. The program so
submitted by the Contractor shall accord with the Time Schedule included in appendix-4 (Time Schedule)
to the Contract Agreement and any other dates and periods specified in the Contract. The Contractor shall
update and revise the program as and when appropriate or when required by the Project Manager, but
without modification in the Times for Completion given in the CC and any extension granted in
accordance with CC Clause 40, and shall submit all such revisions to the Project Manager.

18.3 Progress Report

The Contractor shall monitor progress of all the activities specified in the program referred to in CC Sub-
Clause 18.2 (Program of Performance) above, and supply a progress report to the Project Manager every
month.

The progress report shall be in a form acceptable to the Project Manager and shall indicate: (a) percentage
completion achieved compared with the planned percentage completion for each activity; and (b) where
Section – IV Condition of Contract (CC) Page 12 of 43
any activity is behind the program, giving comments and likely consequences and stating the corrective
action being taken.

18.4 Progress of Performance


If at any time the Contractor's actual progress falls behind the program referred to in CC Sub-Clause 18.2
(Program of Performance), or it becomes apparent that it will so fall behind, the Contractor shall, at the
request of the Employer or the Project Manager, prepare and submit to the Project Manager a revised
program, taking into account the prevailing circumstances, and shall notify the Project Manager of the
steps being taken to expedite progress so as to attain Completion of the Facilities within the Time for
Completion under CC Sub Clause 8 (Time for Commencement and Completion), any extension thereof
entitled under CC Sub-Clause 40.1 (Extension of Time for Completion), or any extended period as may
otherwise be agreed upon between the Employer and the Contractor.

18.5 Work Procedures

The Contract shall be executed in accordance with the Contract Documents and the procedures given in the
section on Sample Forms and Procedures of the Contract Documents.

The Contractor may execute the Contract in accordance with its own standard project execution plans and
procedures to the extent that they do not conflict with the provisions contained in the Contract.

19. Subcontracting
19.1 Appendix 5 (List of Approved Subcontractors) to the Contract Agreement specifies major items of supply
or services and a list of approved Subcontractors against each item, including vendors. Insofar as no
Subcontractors are listed against any such item, the Contractor shall prepare a list of Subcontractors for
such item for inclusion in such list. The Contractor may from time to time propose any addition to or
deletion from any such list. The Contractor shall submit any such list or any modification thereto to the
Employer for its approval in sufficient time so as not to impede the progress of work on the Facilities.
Such approval by the Employer for any of the Subcontractors shall not relieve the Contractor from any of
its obligations, duties or responsibilities under the Contract.

19.2 The Contractor shall select and employ its Subcontractors for such major items from those listed in the
lists referred to in CC Sub-Clause 19.1.

19.3 For items or parts of the Facilities not specified in Appendix 5 (List of Approved Subcontractors) to the
Contract Agreement, the Contractor may employ such Subcontractors as it may select, at its discretion.

20. Design and Engineering

20.1 Specifications and Drawings


20.1.1 The Contractor shall execute the basic and detailed design and the engineering work in compliance with
the provisions of the Contract, or where not so specified, in accordance with good engineering practice.

The Contractor shall be responsible for any discrepancies, errors or omissions in the specifications,
drawings and other technical documents that it has prepared, whether such specifications, drawings and
other documents have been approved by the Project Manager or not, provided that such discrepancies,
errors or omissions are not because of inaccurate information furnished in writing to the Contractor by or
on behalf of the Employer.

20.1.2 The Contractor shall be entitled to disclaim responsibility for any design, data, drawing, specification or
other document, or any modification thereof provided or designated by or on behalf of the Employer, by
giving a notice of such disclaimer to the Project Manager.

20.2 Codes and Standards


Wherever references are made in the Contract to codes and standards in accordance with which the
Contract shall be executed, the edition or the revised version of such codes and standards current at the
date twenty-eight (28) days prior to date of bid submission shall apply unless otherwise specified. During
Contract execution, any changes in such codes and standards shall be applied after approval by the
Employer and shall be treated in accordance with CC Clause 39.3 (Changes Originating from Contractor).

20.3 Approval/Review of Technical Documents by Project Manager


20.3.1 The Contractor shall prepare (or cause its subcontractors to prepare) and furnish to the Project Manager the
documents listed in Appendix-7(List of Documents for Approval or Review) to the Contract Agreement
for its approval or review as specified and as in accordance with the requirements of CC sub-Clause 18.2
(Program of Performance).
Section – IV Condition of Contract (CC) Page 13 of 43
Any part of the Facilities covered by or related to the documents to be approved by the Project Manager
shall be executed only after the Project Manager’s approval thereof.

CC sub-Clause 20.3.2 through 20.3.7 shall apply to those documents requiring the Project Manager’s
approval, but not to those furnished to the Project Manager for its review only.

20.3.2 Within twenty one (21) days after receipt by the Project Manager of any document requiring the Project
Manager’s approval in accordance with CC Sub-Clause 20.3.1, the Project Manager shall either return one
copy thereof to the Contractor with its approval endorsed thereon or shall notify the Contractor in writing
of its disapproval thereof and the reasons therefore and the modifications that the Project Manager
proposes.

20.3.3 The Project Manager shall not disapprove any document, except on the grounds that the document does not
comply with some specified provision of the Contract or that it is contrary to good engineering practice.

20.3.4 If the Project Manager disapproves the document, the Contractor shall modify the document and resubmit
it for the Project Manager’s approval in accordance with CC sub-Clause 20.3.2. If the Project Manager
approves the documents subject to modification(s), the Contractor shall make the required modifications
the document shall be deemed to have been approved.

The procedure, for submission of the documents by the Contractor and their approval by the Project
Manager shall be discussed and finalized with the Contractor.

20.3.5 If any dispute or difference occurs between the Employer and the Contractor in connection with or arising
out of the disapproval by the Project Manager of any document and/or any modification(s) thereto that
cannot be settled between the parties within a reasonable period, then such dispute or difference may be
referred to an Arbitration for determination in accordance with CC Sub Clause 6.2 (Arbitration) hereof. If
such dispute or difference is referred to Arbitration, the Project Manager shall give instructions as to
whether and if so, how, performance of the Contract is to proceed. The Contractor shall proceed with the
Contract in accordance with the Project Manager's instructions, provided that if the Arbitration upholds the
Contractor's view on the dispute and if the Employer has not given notice under CC Sub Clause 6.2
(arbitration), then the Contractor shall be reimbursed by the Employer for any additional costs incurred by
reason of such instructions and shall be relieved of such responsibility or liability in connection with the
dispute and the execution of the instructions as the Arbitration shall decide, and the Time for Completion
shall be extended accordingly.

20.3.6 The Project Manager's approval, with or without modification of the document furnished by the
Contractor, shall not relieve the Contractor of any responsibility or liability imposed upon it by any
provisions of the Contract except to the extent that any subsequent failure results from modifications
required by the Project Manager.

20.3.7 The Contractor shall not depart from any approved document unless the Contractor has first submitted to
the Project Manager an amended document and obtained the Project Manager's approval thereof, pursuant
to the provisions of this CC Sub-Clause 20.3. If the Project Manager requests any change in any already
approved document and/or in any document based thereon, the provisions of CC Clause 39 (Change in the
Facilities) shall apply to such request.

21. Procurement

21.1 Plant and Equipment

Subject to CC Sub-Clause 14.2, the Contractor shall manufacture or procure and transport all the Plant and
Equipment in an expeditious and orderly manner to the Site.

21.2 Employer-Supplied Plant, Equipment, and Materials


If Appendix 6 (Scope of Works and Supply by the Employer) to the Contract Agreement provides that the
Employer shall furnish any specific items of machinery, equipment or materials to the Contractor, the
following provisions shall apply:

21.2.1 The Employer shall, at its own risk and expense, transport each item to the place on or near the Site as
agreed upon by the parties and make such item available to the Contractor at the time specified in the
program furnished by the Contractor, pursuant to CC Sub-Clause 18.2 (Program of Performance), unless
otherwise mutually agreed.

Section – IV Condition of Contract (CC) Page 14 of 43


21.2.2 Upon receipt of such item, the Contractor shall inspect the same visually and notify the Project Manager of
any detected shortage, defect or default. The Employer shall immediately remedy any shortage, defect or
default, or the Contractor shall, if practicable and possible, at the request of the Employer, remedy such
shortage, defect or default at the Employer's cost and expense. After inspection, such item shall fall under
the care, custody and control of the Contractor. The provision of this CC Sub-21.2.2 shall apply to any
item supplied to remedy any such shortage or default or to substitute for any defective item, or shall apply
to defective items that have been repaired.

21.2.3 The foregoing responsibilities of the Contractor and its obligations of care, custody and control shall not
relieve the Employer of liability for any undetected shortage, defect or default, nor place the Contractor
under any liability for any such shortage, defect or default whether under CC Clause 27 (Defect Liability)
or under any other provision of Contract.

21.3 Transportation
21.3.1 The Contractor shall at its own risk and expense transport all the Plant and Equipment and the Contractor's
Equipment to the Site by the mode of transport that the Contractor judges most suitable under all the
circumstances.

21.3.2 Unless otherwise provided in the Contract, the Contractor shall be entitled to select any safe mode of
transport operated by any person to carry the Plant and Equipment and the Contractor's Equipment.

21.3.3 Upon despatch of each shipment of the Plant and Equipment and the Contractor's Equipment, the
Contractor shall notify the Employer by telex, cable, facsimile or Electronic Data Interchange (EDI) of the
description of the Plant and Equipment and of the Contractor's Equipment, the point and means of
despatch, and the estimated time and point of arrival in the country where the Site is located, if applicable,
and at the Site. The Contractor shall furnish the Employer with relevant shipping documents to be agreed
upon between the parties.

21.3.4 The Contractor shall be responsible for obtaining, if necessary, approvals from the authorities for
transportation of the Plant and Equipment and the Contractor's Equipment to the Site. The Employer shall
use its best endeavors in a timely and expeditious manner to assist the Contractor in obtaining such
approvals, if requested by the Contractor. The Contractor shall indemnify and hold harmless the Employer
from and against any claim for damage to roads, bridges or any other traffic facilities that may be caused
by the transport of the Plant and Equipment and the Contractor's Equipment to the Site.

21.4 Customs Clearance

The Contractor shall, at its own expense, handle all imported Plant and Equipment and Contractor’s
Equipment at the point(s) of import and shall handle any formalities for customs clearance including
liabilities for port charges if any, subject to the Employer’s obligations under CC sub-Clause 14.4,
provided that if applicable laws or regulations require any application or act to be made by or in the name
of the employer, the employer shall take all necessary steps to comply with such laws or regulations. In
the event of delays in customs clearance due to the fault of the employer, the Contractor shall be entitled
to an extension in the Time for Completion, pursuant to CC Clause 40.

21.5 Delivery and Documents

21.5.1 For Imported Goods


Upon shipment, the Contractor shall notify the Employer and the Insurance company by cable or telex of
the full details of the shipment including Contract number, description of goods, quantity, the vessel, the
bill of lading/Airway Bill number and date, port of loading, date of shipment, port of discharge, etc. The
Contractor shall mail the following documents to the Employer, with a copy to the Insurance Company:

1) Copies of the Contractor’s invoice showing Contract Agreement reference, goods description,
quantity, unit price, total amount;

2) Original (3/3) and six copies of the negotiable, clean on-board bill of lading/Air way Bill marked
freight prepaid and six copies of non negotiable bill of lading / Airway Bill;

3) Copies of packing list identifying contents of each package(6 copies);

4) Original insurance policy certification (3 copies);

5) Manufacture’s / Contractor’s guarantee certificate of Quality;

Section – IV Condition of Contract (CC) Page 15 of 43


6) Material Inspection & Clearance Certificate (MICC) for dispatch, issued by the Employer’s
representative and the Contractor’s factory inspection report, test certificates( 3 copies); and

7) Certificate of origin.

The above documents shall be air mailed/faxed by the Contractor to reach the Employer with in one week
from date of shipment to enable the Employer to make progressive payment to the Contractor and also
make necessary arrangement for payment of custom duties etc. The Contractor will be responsible for any
consequent expenses due to delay in furnishing the above documentation.

21.5.2 For Domestic Goods

Upon shipment, the Contractor shall notify the employer and the Insurance Company by cable or telex of
the full details of the dispatch including Contract number, description of goods, quantity, R/R or L/R
number and date, place of loading, date of dispatch etc. The Contractor shall mail the following
documents to the Employer, with a copy to Insurance Company:

1) Copies of the Contractor’s invoice showing Contract Agreement reference, goods description,
quantity, unit price, total amount(6 copies);

2) Copies of packing list identifying contents of each package(6 Copies);

3) Railway receipt / Receipted LR ;

4) Manufacturer’s / Contractor’s guarantee certificate of Quality.

5) Material Inspection & Clearance Certificate (MICC) for dispatch issued by the Employer’s
representative and the Contractor’s factory inspection report & test certificate (3 copies) and
insurance certificate (3 copies); and

6) Certificate of origin.

21.6 Packing

21.6.1 The Contractor shall provide such packing of the Goods as it is required to prevent their damage or
deterioration during transit to their final destination as indicated in the Contract. The packing shall be
sufficient to withstand, without limitation, rough handling during transit and exposure to extreme
temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall
take into consideration, where appropriate, the remoteness of the goods final destination and the absence of
heavy handling facilities at all points in transit.

21.6.2 The packing, marking and documentation within and outside the packages shall comply strictly with such
special requirements as shall be expressly provided for in the Contract and, subject to any subsequent
instruction ordered by the Employer consistent with the requirements of the Contract.

21.7 Indemnity Bond


For the equipment/material to be provided by the Contractor, it will be the responsibility of the Contractor
to take delivery, unload and store the material at Site and execute an Indemnity Bond in favour of the
Employer against loss, damage and any risks involved for the full value of the material and obtain
authorization letter from Employer as per proforma given at Section-IV. This Indemnity Bond shall be
furnished by the Contractor before commencement of the supplies and shall be valid till the scheduled date
of Operational Acceptance of the equipment by the Employer

22. Installation

22.1 Setting Out/Supervision/Labour


22.1.1 Bench Mark: The Contractor shall be responsible for the true and proper setting-out of the Facilities in
relation to bench marks, reference marks and lines provided to it in writing by or on behalf of the
Employer.

If, at any time during the progress of installation of the Facilities, any error shall appear in the position,
level or alignment of the Facilities, the Contractor shall forthwith notify the Project Manager of such error
and, at its own expense, immediately rectify such error to the reasonable satisfaction of the Project
Manager. If such error is based on incorrect data provided in writing by or on behalf of the Employer, the
expense of rectifying the same shall be borne by the Employer.

Section – IV Condition of Contract (CC) Page 16 of 43


22.1.2 Contractor's Supervision:
The Contractor shall give or provide all necessary superintendence during the installation of the Facilities,
and the Construction Manager or its deputy shall be constantly on the Site to provide full-time
superintendence of the installation. The Contractor shall provide and employ only technical personnel who
are skilled and experienced in their respective callings and supervisory staff who are competent to
adequately supervise the work at hand.

22.1.3 Labour:
(a) The Contractor shall provide and employ on the Site in the installation of the Facilities such skilled,
semi-skilled and unskilled labour as is necessary for the proper and timely execution of the Contract. The
Contractor is encouraged to use local labour that has the necessary skills.

(b) Unless otherwise provided in the Contract, the Contractor shall be responsible for the recruitment,
transportation, accommodation and catering of all labour, local or expatriate, required for the execution of
the Contract and for all payments in connection therewith.

(c) The Contractor shall be responsible for obtaining all necessary permit(s) and/or visa(s) from the
appropriate authorities for the entry of all labour and personnel to be employed on the Site into the country
where the Site is located.

(d) The Contractor shall at its own expense provide the means of repatriation to all of its and its
Subcontractor's personnel employed on the Contract at the Site to their various home countries. It shall
also provide suitable temporary maintenance of all such persons from the cessation of their employment on
the Contract to the date programmed for their departure. In the event that the Contractor defaults in
providing such means of transportation and temporary maintenance, the Employer may provide the same
to such personnel and recover the cost of doing so from the Contractor.

(e) The Contractor shall at all times during the progress of the Contract use its best endeavors to prevent
any unlawful, riotous or disorderly conduct or behavior by or amongst its employees and the labour of its
Subcontractors.

(f) The Contractor shall, in all dealings with its labour and the labour of its Subcontractors currently
employed on or connected with the Contract, pay due regard to all recognized festivals, official holidays,
religious or other customs and all local laws and regulations pertaining to the employment of labour.

22.2 Contractor's Equipment


22.2.1 All Contractors’ Equipment brought by the Contractor onto the Site shall be deemed to be intended to be
used exclusively for the execution of the Contract. The Contractor shall not remove the same from the Site
without the Project Manager's consent that such Contractor's Equipment is no longer required for the
execution of the Contract.

22.2.2 Unless otherwise specified in the Contract, upon completion of the Facilities, the Contractor shall remove
from the Site all Equipment brought by the Contractor onto the Site and any surplus materials remaining
thereon.

22.2.3 The Employer will, if requested, use its best endeavors to assist the Contractor in obtaining any local, state
or national government permission required by the Contractor for the export of the Contractor's Equipment
imported by the Contractor for use in the execution of the Contract that is no longer required for the
execution of the Contract.

22.3 Site Regulations and Safety

The Employer and the Contractor shall establish Site regulations setting out the rules to be observed in the
execution of the Contract at the Site and shall comply therewith. The Contractor shall prepare and submit
to the Employer, with a copy to the Project Manager, proposed Site regulations for the Employer's
approval, which approval shall not be unreasonably withheld.

Such Site regulations shall include, but shall not be limited to, rules in respect of security, safety of the
Facilities, gate control, sanitation, medical care, and fire prevention.

22.3.1 Compliance with Labour Regulations

22.3.1.1 During continuance of the contract, the Contractor and his sub-contractors shall abide at all times by all
applicable existing labour enactments and rules made there under, regulations notifications and bye laws
of the State or Central Government or local authority and any other labour law (including rules),
Section – IV Condition of Contract (CC) Page 17 of 43
regulations, bye laws that may be passed or notification that may be issued under any labour law in future
either by the State or the Central Government or the local authority. The employees of the Contractor and
the Sub-contractor in no case shall be treated as the employees of the Employer at any point of time.

22.3.1.2 The Contractor shall keep the employer indemnified against any action by the competent authority on
account of contravention of any of the provisions of any Act or rules made there under, regulations or
notifications including amendments.

22.3.1.3 If the Employer is caused to pay under any law as principal employer such amounts as may be necessary to
cause or as observe, or for non observance of the provisions stipulated in the notifications / byelaws / Acts
/ Rules / regulations including amendments, if any, on the part of the Contractor, the Employer shall have
the right to deduct any money due to the Contractor under this contract or any other contract with
employer including his amount of performance security for adjusting the aforesaid payment. The
Employer shall also have right to recover from the Contractor any sum required or estimated to be
required for making good the loss or damage suffered by the Employer.

22.3.1.4 Some major laws along with their latest amendments applicable to establishments engaged in building and
other construction works:

a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by
accident arising out of and during the course of employment.

b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of
certain conditions on separation if an employee has completed 5 years service or more or on death
the rate of 15 days wages for every completed year of service. The Act is applicable to all
establishments employing 10 or more employees.

c) Employee P.F. and Miscellaneous Provision Act 1952: The Act provides for monthly contribution
by the employer plus workers @ 10% or 8.33%. The benefits under the Act are:

1) Pension or family pension on retirement or death, as the case may be.


2) Deposit linked insurance on death in harness of the worker.
3) Payment of P.F. accumulation on retirement/death etc.

d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women
employees in case of confinement or miscarriage etc.

e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures
to be provided by the Contractor to contract labour and in case the Contractor fails to provide, the
same are required to be provided, by the Principal Employer by law. The Principal Employer is
required to take Certification of Registration and the Contractor is required to take license from the
designated Officer. The Act is applicable to the establishments or Contractor of Principal Employer
if they employ 20 or more labour contract labour.

f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages
fixed by appropriate Government as per provision of the Act if the employment is a scheduled
employment. Construction of Buildings, Roads, Runways are scheduled employments.

g) Payment of Wages Act 1936: It lays down as to by what date the wages are to paid, when it will be
paid and what deductions can be made from the wages of the workers.

h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal
nature to Male and Female workers and for not making discrimination against Female employees in
the matters of transfers, training and promotions etc.

i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more
employees. The Act provides for payments of annual bonus subject to a minimum of 8.33% of
wages and maximum of 20% of wages to employees drawing Rs.3500/- per month or less. The
bonus is to be paid to employees getting Rs.2500/- per month or above upto Rs.3500/- per month
shall be worked out by taking wages as Rs.2500/-per month only. The Act does not apply to certain
establishments. The newly set-up establishments are exempted for five years in certain
circumstances. Some of the State Governments have reduced the employment size from 20 to 10
for the purpose of applicability of this Act.

j) Industrial Dispute Act 1947: The Act lays down the machinery the procedure for resolution of
Industrial disputes, in what situations a strike or lock out becomes illegal and what are the
requirements for laying off or retrenching the employees or closing down the establishment.

Section – IV Condition of Contract (CC) Page 18 of 43


k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments
employing 100 or more workmen (employment size reduced by some of the States and Central
Government to 50). The Act provides for laying down rules governing the conditions of
employment by the Employer on matters provided in the Act and get the same certified by the
designated Authority.

l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of
workmen and employers. The Trade Unions registered under the Act have been given certain
immunities from civil and criminal liabilities.

m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children
below 14 years of age in certain occupations and processes and provides for regulation of
employment of children in all other occupations and processes. Employment of Child Labour is
prohibited in Building and Construction Industry.

n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of Service) Act 1979:
The Act is applicable to an establishment which employs 5 or more inter-state migrant workmen
through an intermediary (who has recruited workmen in one state for employment in the
establishment situated in another state).The Inter-State migrant workmen, in an establishment to
which this Act becomes applicable, are required to be provided certain facilities such as housing,
medical aid, traveling expenses from home upto the establishment and back, etc.

o) The Building and Other Construction workers (Regulation of Employment and Conditions of
Service) Act 1996 and the Cess Act of 1996: All the establishments who carry on any building or
other construction work and employ 10 or more workers are covered under this Act. All such
establishments are required to pay cess at the rate not exceeding 2% of the cost of construction as
may be modified by the Government. The Employer of the establishment is required to provide
safety measures at the Building or construction work and other welfare measures, such as Canteens,
First-Aid facilities, Ambulance, Housing accommodations for workers near the work place etc.
The Employer to whom the Act applies has to obtain a registration certificate from the Registering
Officer appointed by the government.

p) Factories Act 1948: The Act lays down the procedure for approval of plans before setting up a
factory, health and safety provisions, welfare provisions, working hours, annual earned leave and
rendering information regarding accidents or dangerous occurrences to designated authorities. It is
applicable to premises employing 10 persons or more with aid of power or 20 or more persons
without the aid of power engaged in manufacturing process.

22.3.2 Protection of Environment

The Contractor shall take all reasonable steps to protect the environment on and off the Site and to avoid
damage or nuisance to persons or to property of the public or others resulting from pollution noise or
other causes arising as consequence of his methods of operation.

During continuance of the Contract, the Contractor and his Sub-contractors shall abide at all times by all
existing enactments on environmental protection and rules made thereunder, regulations, notifications and
bye-laws of the State or Central Government, or local authorities and any other law, bye-law, regulations
that may be passed or Notification that may be issued in this respect in future by the State or Central
Government or the local authority.

Salient features of some of the major laws that are applicable are given below:
The Water (Prevention and Control of Pollution) Act, 1974, This provides for the prevention and control of
water pollution and the maintaining and restoring of wholesomeness of water. ‘Pollution’ means such
contamination of water or such alteration of the physical, chemical or biological properties of water or
such discharge of any sewage or trade effluent or of any other liquid, gaseous or solid substance into water
(whether directly or indirectly) as may, or is likely to, create a nuisance or render such water harmful or
injurious to public health or safety, or to domestic, commercial, industrial, agricultural or other legitimate
uses, or to the life and health of animals or plants or of aquatic organisms.

The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control and
abatement of air pollution. ‘Air Pollution’ means the presence in the atmosphere of any ‘air pollutant’,
which means any solid, liquid or gaseous substance (including noise) present in the atmosphere in such
concentration as may be or tend to be injurious to human beings or other living creatures or plants or
property or environment.

Section – IV Condition of Contract (CC) Page 19 of 43


The Environment (Protection) Act, 1986, This provides for the protection and improvement of
environment and for matters connected therewith and the prevention of hazards to human beings, other
living creatures, plants and property. ‘Environment’ includes water, air and land and the inter-relationship
which exists among and between water, air and land, and human beings, other living creatures, plants,
micro-organism and property.

The Public Liability Insurance Act, 1991: This provides for public liability insurance for the purpose of
providing immediate relief to the persons affected by accident occurring while handling hazardous
substances and or matters connected herewith or incidental thereto. Hazardous substance means any
substance or preparation which is defined as hazardous substance under Environment (Protection) Act,
1986, and exceeding such quantity as be specified by notification by the Central Government.

22.4 Opportunities for Other Contractors

22.4.1 The Contractor shall, upon written request from the Employer or the Project Manager, give all reasonable
opportunities for carrying out the work to any other contractors employed by the Employer on or near the
Site.

22.4.2 If the Contractor, upon written request from the Employer or the Project Manager, makes available to other
contractors any roads or ways the maintenance for which the Contractor is responsible, permits the use by
such other contractors of the Contractor's Equipment, or provides any other service of whatsoever nature
for such other contractors, the Employer shall fully compensate the Contractor for any loss or damage
caused or occasioned by such other contractors in respect of any such use or service, and shall pay to the
Contractor reasonable remuneration for the use of such equipment or the provision of such services.

22.4.3 The Contractor shall also so arrange to perform its work as to minimize, to the extent possible, interference
with the work of other contractors. The Project Manager shall determine the resolution of any difference or
conflict that may arise between the Contractor and other contractors and the workers of the Employer in
regard to their work.

22.4.4 The Contractor shall notify the Project Manager promptly of any defects in the other contractors' work that
come to its notice, and that could affect the Contractor's work. The Project Manager shall determine the
corrective measures, if any, required to rectify the situation after inspection of the Facilities. Decisions
made by the Project Manager shall be binding on the Contractor.

22.5 Emergency Work

If, by reason of an emergency arising in connection with and during the execution of the Contract, any
protective or remedial work is necessary as a matter of urgency to prevent damage to the Facilities, the
Contractor shall immediately carry out such work.

If the Contractor is unable or unwilling to do such work immediately, the Employer may do or cause such
work to be done as the Employer may determine is necessary in order to prevent damage to the Facilities.
In such event the Employer shall, as soon as practicable after the occurrence of any such emergency, notify
the Contractor in writing of such emergency, the work done and the reasons therefore. If the work done or
caused to be done by the Employer is work that the Contractor was liable to do at its own expense under
the Contract, the reasonable costs incurred by the Employer in connection therewith shall be paid by the
Contractor to the Employer. Otherwise, the cost of such remedial work shall be borne by the Employer.

22.6 Site Clearance

22.6.1 Site Clearance in Course of Performance: In the course of carrying out the Contract, the Contractor shall
keep the Site reasonably free from all unnecessary obstruction, store or remove any surplus materials, clear
away any wreckage, rubbish or temporary works from the Site, and remove any Contractor's Equipment no
longer required for execution of the Contract.

22.6.2 Clearance of Site after Completion: After Completion of all parts of the Facilities, the Contractor shall
clear away and remove all wreckage, rubbish and debris of any kind from the Site, and shall leave the Site
and Facilities clean and safe.

22.7 Watching and Lighting

The Contractor shall provide and maintain at its own expense all lighting, fencing, and watching when and
where necessary for the proper execution and the protection of the Facilities, or for the safety of the owners
and occupiers of adjacent property and for the safety of the public.

Section – IV Condition of Contract (CC) Page 20 of 43


22.8 Work at Night and on Holidays

22.8.1 Unless otherwise provided in the Contract, no work shall be carried out during the night and on public
holidays of the country where the Site is located without prior written consent of the Employer, except
where work is necessary or required to ensure safety of the Facilities or for the protection of life, or to
prevent loss or damage to property, when the Contractor shall immediately advise the Project Manager,
provided that provisions of this CC Sub-Clause 22.8.1 shall not apply to any work which is customarily
carried out by rotary or double-shifts.

22.8.2 Notwithstanding CC Sub-Clauses 22.8.1 or 22.1.3, if and when the Contractor considers it necessary to
carry out work at night or on public holidays so as to meet the Time for Completion and requests the
Employer's consent thereto, the Employer shall not unreasonably withhold such consent.

23. Test and Inspection

23.1 The Contractor shall at its own expense carry out at the place of manufacture and/or on the Site all such
tests and/or inspections of the Plant and Equipment and any part of the Facilities as are specified in the
Contract.

23.2 The Employer and the Project Manager or their designated representatives shall be entitled to attend the
aforesaid test and/or inspection, provided that the Employer shall bear all costs and expenses incurred in
connection with such attendance including, but not limited to, all traveling and board and lodging
expenses.

23.3 Whenever the Contractor is ready to carry out any such test and/or inspection, the Contractor shall give a
reasonable advance notice of such test and/or inspection and of the place and time thereof to the Project
Manager. The Contractor shall obtain from any relevant third party or manufacturer any necessary
permission or consent to enable the Employer and the Project Manager (or their designated
representatives) to attend the test and/or inspection. For notification of testing, four weeks shall be deemed
as reasonable advance notice.

23.4 The Contractor shall provide the Project Manager with a certified report of the results of any such test
and/or inspection.

If the Employer or Project Manager (or their designated representatives) fails to attend the test and/or
inspection, or if it is agreed between the parties that such persons shall not do so, then the Contractor may
proceed with the test and/or inspection in the absence of such persons, and may provide the Project
Manager with a certified report of the results thereof.

23.5 The Project Manager may require the Contractor to carry out any test and/or inspection not required by the
Contract, provided that the Contractor's reasonable costs and expenses incurred in the carrying out of such
test and/or inspection shall be added to the Contract Price. Further, if such test and/or inspection impedes
the progress of work on the Facilities and/or the Contractor's performance of its other obligations under the
Contract, due allowance will be made in respect of the Time for Completion and the other obligations so
affected.

23.6 If any Plant and Equipment or any part of the Facilities fails to pass any test and/or inspection, the
Contractor shall either rectify or replace such Plant and Equipment or part of the Facilities and shall repeat
the test and/or inspection upon giving a notice under CC Sub-Clause 23.3. If the inspection is not
materialized due to the reasons attributable to contractor then all the expenses including to & fro airfare
and TA, DA shall be to the account of the contractor.

23.7 If any dispute or difference of opinion shall arise between the parties in connection with or arising out of
the test and/or inspection of the Plant and Equipment or part of the Facilities that cannot be settled between
the parties within a reasonable period of time, it may be referred to an Arbitration for determination in
accordance with CC Sub-Clause 6.2

23.8 The Contractor shall afford the Employer and the Project Manager, at the Employer's expense, access at
any reasonable time to any place where the Plant and Equipment are being manufactured or the Facilities
are being installed, in order to inspect the progress and the manner of manufacture or installation, provided
that the Project Manager shall give the Contractor a reasonable prior notice.

Section – IV Condition of Contract (CC) Page 21 of 43


23.9 The Contractor agrees that neither the execution of a test and/or inspection of Plant and Equipment or any
part of the Facilities, nor the attendance by the Employer or the Project Manager, nor the issue of any test
certificate pursuant to CC Sub-Clause 23.4, shall release the Contractor from any other responsibilities
under the Contract.

23.10 No part of the Facilities or foundations shall be covered up on the Site without the Contractor carrying out
any test and/or inspection required under the Contract. The Contractor shall give a reasonable notice to the
Project Manager whenever any such part of the Facilities or foundations are ready or about to be ready for
test and/or inspection; such test and/or inspection and notice thereof shall be subject to the requirements of
the Contract.

23.11 The Contractor shall uncover any part of the Facilities or foundations, or shall make openings in or through
the same as the Project Manager may from time to time require at the Site, and shall reinstate and make
good such part or parts.

If any part of the Facilities or foundations have been covered up at the Site after compliance with the
requirement of CC Sub-Clause 23.10 and are found to be executed in accordance with the Contract, the
expenses of uncovering, making openings in or through, reinstating, and making good the same shall be
borne by the Employer, and the Time for Completion shall be reasonably adjusted to the extent that the
Contractor has thereby been delayed or impeded in the performance of any of its obligations under the
Contract.

24. Completion of the Facilities

24.1 As soon as the Facilities or any part thereof has, in the opinion of the Contractor, been completed
operationally and structurally and put in a tight and clean condition as specified in the Technical
Specifications, excluding minor items not materially affecting the operation or safety of the Facilities, the
Contractor shall so notify the Employer in writing.

24.2 Within seven (7) days after receipt of the notice from the Contractor under CC Sub-Clause 24.1, the
Employer shall supply the operating and maintenance personnel specified in Appendix 6 (Scope of Works
and Supply by the Employer) to the Contract Agreement for Precommissioning of the Facilities or any part
thereof.

Pursuant to Appendix 6 (Scope of Works and Supply by the Employer) to the Contract Agreement, the
Employer shall also provide, within the said seven (7) day period, the raw materials, utilities, lubricants,
chemicals, catalysts, facilities, services and other matters required for Precommissioning of the Facilities
or any part thereof.

24.3 As soon as reasonably practicable after the operating and maintenance personnel have been supplied by the
Employer and the raw materials, utilities, lubricants, chemicals, catalysts, facilities, services and other
matters if so specified in Appendix-6 (scope of works and supply by the Employer) have been provided by
the Employer in accordance with CC Sub-Clause 24.2, the Contractor shall commence Precommissioning
of the Facilities or the relevant part there of in preparation for Commissioning.

24.4 As soon as all works in respect of Precommissioning are completed and in the opinion of the Contractor,
the facilities or any part thereof is ready for commissioning, the contractor shall commence
Commissioning as per procedures stipulated in Technical Specification and as soon as Commissioning is
satisfactorily completed, the Contractor shall so notify the Project Manager in writing. (Also refer CC
25.2.3)

24.5 The Project Manager shall, within fourteen (14) days after receipt of the Contractor's notice under CC Sub-
Clause 24.4, either issue a Completion Certificate in the form specified in the Forms and Procedures
section in the bidding documents, stating that the Facilities or that part thereof have reached Completion as
at the date of the Contractor's notice under CC Sub-Clause 24.4, or notify the Contractor in writing of any
defects and/or deficiencies.

If the Project Manager notifies the Contractor of any defects and/or deficiencies, the Contractor shall then
correct such defects and/or deficiencies, and shall repeat the procedure described in CC Sub-Clause 24.4.

If the Project Manager is satisfied that the Facilities or that part thereof have reached Completion, the
Project Manager shall, within seven (7) days after receipt of the Contractor's repeated notice, issue a
Completion Certificate stating that the Facilities or that part thereof have reached Completion as at the date
of the Contractor's repeated notice.

Section – IV Condition of Contract (CC) Page 22 of 43


If the Project Manager is not so satisfied, then it shall notify the Contractor in writing of any defects and/or
deficiencies within seven (7) days after receipt of the Contractor's repeated notice, and the above procedure
shall be repeated.

24.6 If the Project Manager fails to issue the Completion Certificate and fails to inform the Contractor of any
defects and/or deficiencies within fourteen (14) days after receipt of the Contractor's notice under CC Sub-
Clause 24.4 or within seven (7) days after receipt of the Contractor's repeated notice under CC Sub-Clause
24.5, or if the Employer makes use of the Facilities or part thereof, then the Facilities or that part thereof
shall be deemed to have reached Completion as of the date of the Contractor's notice or repeated notice, or
as of the Employer's use of the Facilities, as the case may be.

24.7 As soon as possible after Completion, the Contractor shall complete all outstanding minor items so that the
Facilities are fully in accordance with the requirements of the Contract, failing which the Employer will
undertake such completion and deduct the costs thereof from any monies owing to the Contractor.

25. Commissioning and Operational Acceptance

25.1 Commissioning
25.1.1 Commissioning of the Facilities or any part thereof shall be completed by the Contractor as per procedures
detailed in Technical Specifications.

If any Plant and Equipment or any part of the Facilities fails during Commissioning, the Contractor shall
either rectify (if fault is minor) or replace such Plant and Equipment or part of the Facilities.

25.1.2 The Employer shall unless otherwise specified in Technical Specifications supply the operating and
maintenance personnel and all raw material, utilities, lubricants, chemicals, catalysts, facilities, service and
other matters required for Commissioning.

25.1.3 Trial - Operation

25.1.3.1 Trial – Operation of the Facilities or any part thereof shall be commenced by the Contractor immediately
after the Commissioning is completed pursuant to CC Sub-Clause 25.1.1

25.1.3.2 Trial – Operation of the Facilities or any part thereof shall be completed by the Contractor for the period
specified in Technical Specification (or for a continuous period of 24 hours where such period in not
specified in Technical Specification) and as per procedures detailed in Technical Specifications.

25.1.3.3 At any time after the events set out in CC Sub-Clause 25.1.3.2 have occurred, the Contractor may give a
notice to the Project Manager requesting the issue of an Taking Over Certificate in the form provided in
the Bidding Documents or in another form acceptable to the Employer in respect of the Facilities or the
part thereof specified in such notice as on the date of such notice.

25.1.3.4 The Project Manager shall within twenty-one (21) days after receipt of the Contractor's notice, issue an
Taking Over Certificate.

25.1.4 Taking Over

25.1.4.1 Upon successful Trial – Operation of the Facilities or any part thereof, pursuant to CC Sub-Clause 25.1.3,
the Project Manager shall issue to the Contractor a Taking Over Certificate as a proof of the acceptance of
the Facilities or any part thereof. Such certificate shall not relieve the Contractor of any of his obligations
which otherwise survive, by the terms and conditions of Contract after issue of such certificate.

25.1.4.2 If within twenty one (21) days after receipt of the Contractor's notice, the Project Manager fails to issue the
Taking Over Certificate or fails to inform the Contractor in writing of the justifiable reasons why the
Project Manager has not issued the Taking Over Certificate, the Facilities or the relevant part thereof shall
be deemed to have been Taken Over as at the date of the Contractor's said notice.

25.1.4.3 Upon Taking Over of the Facilities or any part thereof, the Employer shall be responsible for the care and
custody of the Facilities or the relevant part thereof, together with the risk of loss or damage thereto, and
shall thereafter take over the Facilities or the relevant part thereof.

25.2 Guarantee Test

25.2.1 The Guarantee Test (and repeats thereof) shall be conducted by the Contractor after successful trial-
operation of the Facilities or the relevant part thereof to ascertain whether the Facilities or the relevant part
can attain the Functional Guarantees specified in the Contract Documents. The Contractor’s and Project

Section – IV Condition of Contract (CC) Page 23 of 43


Manager’s advisory personnel shall attend the Guarantee Test. The Employer shall promptly provide the
Contractor with such information as the Contractor may reasonably require in relation to the conduct and
results of the Guarantee Test (and any repeats thereof).

25.2.2 If for reasons not attributable to the Contractor, the Guarantee Test of the Facilities or the relevant part
thereof cannot be successfully completed within the period from the date of Completion specified in the
CC or any other period agreed upon by the Employer and the Contractor, the Contractor shall be deemed to
have fulfilled its obligations with respect to the Functional Guarantees, and CC Sub-Clauses 28.2 and 28.3
shall not apply.

The Guarantee Test of the Facilities shall be successfully completed within twenty-six weeks from the date
of Completion.

25.2.3 Completion- Guarantee test- acceptance


In the event that the Contractor is unable to proceed with the Precommissioning of the Facilities pursuant
to Sub-Clause 24.3, or with the Guarantee Test pursuant to Sub-Clause 25.2, for reasons attributable to the
Employer either on account of non-availability of other facilities under the responsibilities of other
contractor(s), or for reasons beyond the Employer’s control, the provisions leading to “deemed”
completion of activities such as Completion of the Facilities, pursuant to CC Sub-Clause 24.6, Operational
Acceptance, pursuant to CC Sub-Clause 25.3.4, Contractor’s obligations regarding Defect Liability
Period, pursuant to CC Sub Clause 27.2, Functional Guarantee, pursuant to CC Clause 28, Care of
Facilities, pursuant to CC Clause 32, and Suspension, pursuant to CC Sub-Clause 41.1, shall not apply. In
this case, the following provisions shall apply.

25.2.3.1 When the Contractor is notified by the Project Manager that he will be unable to proceed with the activities
and obligations pursuant to above Sub-Clause CC 25.2.3, the Contractor shall be entitled to the following:

a) the Time of Completion shall be extended for the period of suspension without imposition of
liquidated damages pursuant to CC Sub-Clause 26.2.

b) payments due to the Contractor in accordance with the provisions specified in Appendix I (terms
and Procedures of Payment) to the Contract Agreement, which would have not been payable in
normal circumstances due to non-completion of the subject activities, shall be released to the
Contractor against submission of a security in the form of a bank guarantee of equivalent amount
acceptable to the Employer, and which shall become null and void when the Contractor will have
complied with its obligations regarding these payments, subject to the provisions of Sub-Clause CC
25.2.3.2 below.

c) the expenses toward the above security and extension of other securities under the Contract, of
which validity need to be extended, shall be reimbursed to the Contractor by the Employer.

d) the additional charges toward the care of the Facilities pursuant to CC Sub-Clause 32.1 shall be
reimbursed to the Contractor by the Employer for the period between the notification mentioned
above and the notification mentioned in Sub-Clause CC 25.2.3.3 below. The provisions of CC sub-
Clause 33.2 shall apply to the Facilities during the same period.

25.2.3.2 In the event that the period of suspension under Sub-Clause CC 25.2.3 actually exceeds one hundred
eighty (180) days, the Employer and the Contractor shall mutually agree to any additional compensation
payable to the Contractor.

25.2.3.3 When the Contractor is notified by the Project Manager that the Facilities are ready for Precommissioning,
the Contractor shall proceed without delay in performing all activities and obligations under the Contract.

25.3 Operational Acceptance

25.3.1 Subject to CC Sub-Clause 25.4 (Partial Acceptance) below, Operational Acceptance shall occur in respect
of the Facilities or any part thereof when

(a) the Guarantee Test has been successfully completed and the Functional Guarantees are met; or

(b) the Guarantee Test has not been successfully completed or has not been carried out for reasons not
attributable to the Contractor within the period from the date of Completion specified in the CC or
any other agreed upon period as specified in CC Sub-Clause 25.2.2 above but successful
completion of the facilities has been achieved; or

(c) the Contractor has paid the liquidated damages specified in CC Sub Clause 28.3 hereof; and

Section – IV Condition of Contract (CC) Page 24 of 43


(d) any minor items mentioned in CC Sub-Clause 24.7 hereof relevant to the Facilities or that part
thereof have been completed.

(e) as built drawings, and operating and maintenance manuals and CD’s etc. as per Technical
Specifications of the Bidding Documents are furnished.

25.3.2 At any time after any of the events set out in CC Sub-Clause 25.3.1 have occurred, the Contractor may
give a notice to the Project Manager requesting the issue of an Operational Acceptance Certificate in the
form provided in the Bidding Documents or in another form acceptable to the Employer in respect of the
Facilities or the part thereof specified in such notice as at the date of such notice.

25.3.3 The Project Manager shall, after consultation with the Employer, and within twenty-one (21) days after
receipt of the Contractor’s notice, issue an Operational Acceptance Certificate.

25.3.4 If within twenty one (21) days after receipt of the Contractor’s notice, the Project Manager fails to issue
the Operational Acceptance Certificate or fails to inform the Contractor in writing of the justifiable
reasons why the Project Manager has not issued the Operational Acceptance Certificate, the Facilities or
the relevant part thereof shall be deemed to have been accepted as at the date of the Contractor’s said
notice.

25.4 Partial Acceptance

25.4.1 If the Contract specifies that Completion and Commissioning shall be carried out in respect of parts of the
Facilities, the provisions relating to Completion and Commissioning including the Guarantee Test shall
apply to each such part of the Facilities individually, and the Operational Acceptance Certificate shall be
issued accordingly for each such part of the Facilities.

25.4.2 If a part of the Facilities comprises facilities such as buildings, for which no Commissioning or Guarantee
Test is required, then the Project Manager shall issue the Operational Acceptance Certificate for such
facility when it attains Completion, provided that the Contractor shall thereafter complete any outstanding
minor items that are listed in the Operational Acceptance Certificate.

F. Guarantees and Liabilities

26. Completion Time Guarantee

26.1 The Contractor guarantees that it shall attain Completion of the Facilities (or a part for which a separate
time for completion is specified in the CC) within the Time for Completion specified in the CC pursuant to
CC Sub-Clause 8, or within such extended time to which the Contractor shall be entitled under CC Clause
40 (Extension of Time for Completion) hereof.

26.2 If the Contractor fails to comply with the Time for Completion in accordance with Clause CC 26 for the
whole of the facilities, (or a part for which a separate time for completion is agreed) then the Contractor
shall pay to the Employer a sum equivalent to half percent (0.5%) of the Contract Price as liquidated
damages for such default and not as a penalty, without prejudice to the Employer's other remedies under
the Contract, for each week or part thereof which shall elapse between the relevant Time for Completion
pursuant to Clause 26.1 above and the date stated in Taking Over Certificate of the whole of the Works
(or a part for which a separate time for completion is agreed) subject to the limit of five percent (5%) of
Contract Price. The Employer may, without prejudice to any other method of recovery, deduct the amount
of such damages from any monies due or to become due to the Contractor. The payment or deduction of
such damages shall not relieve the Contractor from his obligation to complete the Works, or from any
other of his obligations and liabilities under the Contract.

For the application of liquidated damages, the schedule date for Taking Over of the entire system shall be
the basis, and not intermediate schedule milestone.

26.3 No bonus will be given for earlier Completion of the Facilities or part thereof.

27. Defect Liability

27.1 The Contractor warrants that the Facilities or any part thereof shall be free from defects in the design,
engineering, materials and workmanship of the Plant and Equipment supplied and of the work executed.

Section – IV Condition of Contract (CC) Page 25 of 43


27.2 The Defect Liability Period shall be five years from the date of Operational Acceptance of the facilities (or
any part thereof).

If during the Defect Liability Period any defect should be found in the design, engineering, materials and
workmanship of the Plant and Equipment supplied or of the work executed by the Contractor, the
Contractor shall promptly in consultation and agreement with the Employer regarding appropriate
remedying of the defects, and at its cost, repair, replace or otherwise make good (as the Contractor shall, at
its discretion, determine) such defect as well as any damage to the Facilities caused by such defect. The
Contractor shall not be responsible for the repair, replacement or making good of any defect or of any
damage to the Facilities arising out of or resulting from any of the following causes:

(a) improper operation or maintenance of the Facilities by the Employer


(b) operation of the Facilities outside specifications provided in the Contract
(c) normal wear and tear.

27.3 The Contractor's obligations under this CC Clause 27 shall not apply to

(a) any materials that are supplied by the Employer under CC Sub-Clause 21.2 (Employer-Supplied Plant,
Equipment and Materials), are normally consumed in operation, or have a normal life shorter than the
Defect Liability Period stated herein.

(b)any designs, specifications or other data designed, supplied or specified by or on behalf of the Employer
or any matters for which the Contractor has disclaimed responsibility herein.

(c) any other materials supplied or any other work executed by or on behalf of the Employer, except for
the work executed by the Employer under CC Sub-Clause 27.7.

27.4 The Employer shall give the Contractor a notice stating the nature of any such defect together with all
available evidence thereof, promptly following the discovery thereof. The Employer shall afford all
reasonable opportunity for the Contractor to inspect any such defect.
27.5 The Employer shall afford the Contractor all necessary access to the Facilities and the Site to enable the
Contractor to perform its obligations under this CC Clause 27. The Contractor may, with the consent of the
Employer, remove from the Site any Plant and Equipment or any part of the Facilities that are defective if
the nature of the defect, and/or any damage to the Facilities caused by the defect, is such that repairs
cannot be expeditiously carried out at the Site.

27.6 If the repair, replacement or making good is of such a character that it may affect the efficiency of the
Facilities or any part thereof, the Employer may give to the Contractor a notice requiring that tests of the
defective part of the Facilities shall be made by the Contractor immediately upon completion of such
remedial work, whereupon the Contractor shall carry out such tests.

If such part fails the tests, the Contractor shall carry out further repair, replacement or making good (as the
case may be) until that part of the Facilities passes such tests.

The tests in character shall in any case be not less than what has already been agreed by the employer and
the Contractor for the original equipment/part of the Facilities.

27.7 If the Contractor fails to commence the work necessary to remedy such defect or any damage to the
Facilities caused by such defect within a reasonable time (which shall in no event be considered to be less
than fifteen (15) days), the Employer may, following notice to the Contractor, proceed to do such work,
and the reasonable costs incurred by the Employer in connection therewith shall be paid to the Employer
by the Contractor or may be deducted by the Employer from any amount due the Contractor or claimed
under the Performance Security.

27.8 If the facilities or any part thereof cannot be used by reason of such defect and/or making good of such
defect, the Defect Liability Period of the Facilities or such part, as the case may be, shall be extended by a
period equal to the period during which the Facilities or such part cannot be used by the Employer because
of any of the aforesaid reasons.

Upon correction of the defects in the Facilities or any part thereof by repair/replacement, such
repair/replacement shall have the Defect Liability Period extended by a period of Sixty (60) months from
the time such replacement/repair of the facilities or any part thereof.

Section – IV Condition of Contract (CC) Page 26 of 43


27.8.1 At the end of Defect Liability Period, the Contractor’s liability ceases except for latent defects. The
Contractor’s liability for latent defects warranty shall be limited to period of five (5) years from the end of
Defect Liability Period. For the purpose of this clause, the latent defects shall be the defects inherently
lying within the material or arising out of design deficiency, which do not manifest themselves during the
Defect Liability Period defined in this CC Clause 27, but later.

27.9 Except as provided in CC Clauses 27 and 33 (Loss of or Damage to Property/ Accident or Injury to
Workers/Indemnification), the Contractor shall be under no liability whatsoever and howsoever arising,
and whether under the Contract or at law, in respect of defects in the Facilities or any part thereof, the
Plant and Equipment, design or engineering or work executed that appear after operational acceptance or
any part thereof, except where such defects are the result of the gross negligence, fraud, criminal or willful
action of the Contractor.

27.10 In addition, the Contractor shall also provide an extended warranty for any such component of the
Facilities and during the period of time as may be specified in the CC. Such obligation shall be in addition
to the defect liability specified under CC Sub-Clause 27.2.

28. Functional Guarantee

28.1 The Contractor guarantees that during the Guarantee Test, the Facilities and all parts thereof shall attain the
Functional Guarantees specified in Appendix 8 (Functional Guarantees) to the Contract Agreement,
subject to and upon the conditions therein specified.

28.2 If, for reasons attributable to the Contractor, the minimum level of the Functional Guarantees specified in
Appendix 8 (Functional Guarantees) to the Contract Agreement are not met either in whole or in part, the
Contractor shall at its cost and expense make such changes, modifications an/or additions to the Plant or
any part thereof as may be necessary to meet at least the minimum level of such Guarantees. The
Contractor shall notify the Employer upon completion of the necessary changes, modifications and/or
additions, and shall request the Employer to repeat the Guarantee Test until the minimum level of the
Guarantees has been met. If the Contractor eventually fails to meet the minimum level of Functional
Guarantees, the Employer may consider termination of the Contract pursuant to CC Sub-Clause 42.2 and
recover the payments already made to the Contractor.

28.3 If, for reasons attributable to the Contractor, the Functional Guarantees specified in Appendix 8
(Functional Guarantees) to the Contract Agreement are not attained either in whole or in part, but the
minimum level of the Functional Guarantees specified in Appendix 8 (Functional Guarantees) to the
Contract Agreement is met, the Contractor shall, at the Employer's option, either
(a) make such changes, modifications and/or additions to the Facilities or any part thereof that are
necessary to attain the Functional Guarantees at its cost and expense within a mutually agreed time
and shall request the Employer to repeat the Guarantee Test, or
(b) pay liquidated damages to the Employer in respect of the failure to meet the Functional Guarantees
in accordance with the provisions in Appendix 8 (Functional Guarantees) to the Contract
Agreement.

28.4 In case the Employer exercises its option to accept the equipment after levy of liquidated damages, the
payment of liquidated damages under CC sub clause 28.3, upto the limitation of liability specified in the
Appendix-8 (Functional Guarantees) to the Contract Agreement, shall completely satisfy the Contractor’s
guarantees under CC Sub clause 28.3, and the Contractor shall have not further liability whatsoever to the
Employer in respect thereof. Upon the payment of such liquidated damages by the Contractor, the Project
Manager shall issue the Operational Acceptance Certificate for the Facilities or any part thereof in respect
of which the liquidated damages have been so paid.

28.5.1. Functional Guarantees, Liquidated Damages for Non-Performance


(Applicable for power transformer & Auxiliary transformer)

28.5.1 The bidder shall guarantee that the equipment offered shall meet the rating and performance requirements
stipulated for various equipment covered in this specification. The bidder shall also furnish a declaration
in the manner prescribed and included in the relevant schedule of Bid Form & Price Schedules for
guarantees, which shall attract levy of liquidated damages for non-performance.

28.5.2 If the guarantees are not established at factory tests in case of power transformer & auxiliary transformer
then the Employer at his discretion may reject or accept the equipment after assessing the liquidated
damages as per table below in Clause 28.5.4 against the Contract and such amounts shall be deducted
from the Contract Price or otherwise recovered from the Contractor.

Section – IV Condition of Contract (CC) Page 27 of 43


28.5.3 In case of power Transformer and auxiliary Transformer, the measured loss for each equipment shall be
corrected in accordance with IEC-289 & IEC-76 for the purpose of comparison of guaranteed losses with
measured losses for levy of liquidated damages. However power Transformer and auxiliary Transformer
under no circumstances shall be accepted if the measured losses are more than +15 percent of the
guaranteed losses at rated voltage quoted by the bidders.

28.5.4 Differential Price Factors for Evaluation and Liquidated Damages

(a) The factors and the respective Indian Rupees value per unit of differential loss for the purpose of
calculation of differential price for the bid evaluation as specified in 24.6 (e) of ITB and Liquidated
Damages shall be as stipulated below:-

S.No. Equipment Parameter to be taken for applying Value of F in Indian Rupees per unit of
differential price factor(F) parameter differential per kW
A) 160MVA Power transformer
a) Differential copper loss (kw) @ Rs.69900/-
b) Differential iron loss(kw) @ Rs.171300/-
c) Differential Cooler loss (kw) @ Rs.68500/-
B) 100MVA Power transformer
a) Differential copper loss (kw) @ Rs.69900/-
b) Differential iron loss(kw) @ Rs.171300/-
c) Differential Cooler loss (kw) @ Rs.68500/-
C)Auxiliary Transformer
a) Differential copper loss (kw) @ Rs.69900/-
b) Differential iron loss(kw) @ Rs.171300/-

(b) For bid evaluation, the best parameter of loss quoted at rated voltage, rated frequency, rated current and
at 75ºC by any technical responsive bidder shall be taken as basis and that quoted by the particular bidder
shall be used to arrive at differential price to be applied for the bid.

29. Patent Indemnity


29.1 The Contractor shall, subject to the Employer's compliance with CC SubClause 29.2, indemnify and hold
harmless the Employer and its employees and officers from and against any and all suits, actions or
administrative proceedings, claims, demands, losses, damages, costs, and expenses of whatsoever nature,
including attorney's fees and expenses, which the Employer may suffer as a result of any infringement or
alleged infringement of any patent, utility model, registered design, trademark, copyright or other
intellectual property right registered or otherwise existing at the date of the Contract by reason of: (a) the
installation of the Facilities by the Contractor or the use of the Facilities in the country where the Site is
located; and (b) the sale of the products produced by the Facilities in any country.

Such indemnity shall not cover any use of the Facilities or any part thereof other than for the purpose
indicated by or to be reasonably inferred from the Contract, any infringement resulting from the use of the
Facilities or any part thereof, or any products produced thereby in association or combination with any
other equipment, plant or materials not supplied by the Contractor, pursuant to the Contract Agreement.

29.2 If any proceedings are brought or any claim is made against the Employer arising out of the matters
referred to in CC Sub-Clause 29.1, the Employer shall promptly give the Contractor a notice thereof, and
the Contractor may at its own expense and in the Employer's name conduct such proceedings or claim and
any negotiations for the settlement of any such proceedings or claim.

If the Contractor fails to notify the Employer within twenty-eight (28) days after receipt of such notice that
it intends to conduct any such proceedings or claim, then the Employer shall be free to conduct the same
on its own behalf. Unless the Contractor has so failed to notify the Employer within the twenty-eight (28)
day period, the Employer shall make no admission that may be prejudicial to the defense of any such
proceedings or claim.

The Employer shall, at the Contractor's request, afford all available assistance to the Contractor in
conducting such proceedings or claim, and shall be reimbursed by the Contractor for all reasonable
expenses incurred in so doing.

29.3 The Employer shall indemnify and hold harmless the Contractor and its employees, officers and
Subcontractors from and against any and all suits, actions or administrative proceedings, claims, demands,
losses, damages, costs, and expenses of whatsoever nature, including attorney's fees and expenses, which
Section – IV Condition of Contract (CC) Page 28 of 43
the Contractor may suffer as a result of any infringement or alleged infringement of any patent, utility
model, registered design, trademark, copyright or other intellectual property right registered or otherwise
existing at the date of the Contract arising out of or in connection with any design, data, drawing,
specification, or other documents or materials provided or designed by or on behalf of the Employer.

30. Limitation of Liability


30.1 Except in cases of criminal negligence or willful misconduct,

(a) the Contractor shall not be liable to the Employer, whether in contract, tort, or otherwise, for any
indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or interest
costs, provided that this exclusion shall not apply to any obligation of the Contractor to pay
liquidated damages to the Employer and

(b) the aggregate liability of the Contractor to the Employer, whether under the Contract, in tort or
otherwise, shall not exceed the total Contract Price, provided that this limitation shall not apply to
the cost of repairing or replacing defective equipment, or to any obligation of the Contractor to
indemnify the Employer with respect to patent infringement.

G. Risk Distribution
31. Transfer of Ownership

31.1 Ownership of the plant and equipment (including spare parts) to be imported into the country where the
site is located shall be transferred to the Employer upon loading on to the mode of transport to be used to
convey the Plant and Equipment from the country of origin to that country and upon endorsement of the
dispatch documents in favour of Employer.

31.2 Ownership of the Plant and Equipment (including spare parts) procured in the country where the site is
located, shall be transferred to the Employer upon loading on to the mode of transport to be used to carry
the Plant and Equipment from the works to the site and upon endorsement of the dispatch documents in
favour of Employer.

31.3 Ownership of the Contractor's Equipment used by the Contractor and its Subcontractors in connection with
the Contract shall remain with the Contractor or its Subcontractors.

31.4 Ownership of any Plant and Equipment in excess of the requirements for the Facilities shall revert to the
Contractor upon Completion of the Facilities or at such earlier time when the Employer and the Contractor
agree that the Plant and Equipment in question are no longer required for the Facilities provided quantity
of any Plant and Equipment specifically stipulated in the Contract shall be the property of the Employer
whether or not incorporated in the Facilities.

31.5 Notwithstanding the transfer of ownership of the Plant and Equipment, the responsibility for care and
custody thereof together with the risk of loss or damage thereto shall remain with the Contractor pursuant
to CC Clause 32 (Care of Facilities) hereof until Completion of the Facilities or the part thereof in which
such Plant and Equipment are incorporated.

32. Care of Facilities

32.1 The Contractor shall be responsible for the care and custody of the Facilities or any part thereof until the
date of Completion of the Facilities pursuant to CC Clause 24 (Completion of the Facilities) or, where the
Contract provides for Completion of the Facilities in parts, until the date of Completion of the relevant
part, and shall make good at its own cost any loss or damage that may occur to the Facilities or the relevant
part thereof from any cause whatsoever during such period. The Contractor shall also be responsible for
any loss or damage to the Facilities caused by the Contractor or its Subcontractors in the course of any
work carried out, pursuant to CC Clause 27 (Defect Liability). Notwithstanding the foregoing, the
Contractor shall not be liable for any loss or damage to the Facilities or that part thereof caused by reason
of any of the matters specified or referred to in paragraphs (a), (b) and © of CC SubClauses 32.2 and
38.1.

32.2 If any loss or damage occurs to the Facilities or any part thereof or to the Contractor's temporary facilities
by reason of

(a) (insofar as they relate to the country where the Site is located) nuclear reaction, nuclear radiation,
radioactive contamination, pressure wave caused by aircraft or other aerial objects, or any other
Section – IV Condition of Contract (CC) Page 29 of 43
occurrences that an experienced contractor could not reasonably foresee, or if reasonably
foreseeable could not reasonably make provision for or insure against, insofar as such risks are not
normally insurable on the insurance market and are mentioned in the general exclusions of the
policy of insurance, including War Risks and Political Risks, taken out under CC Clause 34
(Insurance) hereof

(b) any use or occupation by the Employer or any third party (other than a Subcontractor) authorized by
the Employer of any part of the Facilities

(c) any use of or reliance upon any design, data or specification provided or designated by or on behalf
of the Employer, or any such matter for which the Contractor has disclaimed responsibility herein,
The Employer shall pay to the Contractor all sums payable in respect of the Facilities executed,
notwithstanding that the same be lost, destroyed or damaged, and will pay to the Contractor the
replacement value of all temporary facilities and all parts thereof lost, destroyed or damaged. If the
Employer requests the Contractor in writing to make good any loss or damage to the Facilities
thereby occasioned, the Contractor shall make good the same at the cost of the Employer in
accordance with CC Clause 39 (Change in the Facilities). If the Employer does not request the
Contractor in writing to make good any loss or damage to the Facilities thereby occasioned, the
Employer shall either request a change in accordance with CC Clause 39 (Change in the Facilities),
excluding the performance of that part of the Facilities thereby lost, destroyed or damaged, or,
where the loss or damage affects a substantial part of the Facilities, the Employer shall terminate
the Contract pursuant to CC SubClause 42.1 (Termination for Employer's Convenience) hereof,
except that the Contractor shall have no entitlement to profit under paragraph (e) of CC Sub Clause
42.1.3 in respect of any unexecuted Facilities as at the date of termination.

32.3 The Contractor shall be liable for any loss of or damage to any Contractor's Equipment, or any other
property of the Contractor used or intended to be used for purposes of the Facilities, except (i) as
mentioned in CC Sub-Clause 32.2 (with respect to the Contractor's temporary facilities), and (ii) where
such loss or damage arises by reason of any of the matters specified in CC Sub-Clauses 32.2 (b) and (c)
and 38.1.

32.4 With respect to any loss or damage caused to the Facilities or any part thereof or to the Contractor's
Equipment by reason of any of the matters specified in CC Sub-Clause 38.1, the provisions of CC Sub-
Clause 38.3 shall apply.

33. Loss of or Damage to Property; Accident or Injury to Workers; Indemnification

33.1 Subject to CC Sub-Clause 33.3, the Contractor shall indemnify and hold harmless the Employer and its
employees and officers from and against any and all suits, actions or administrative proceedings, claims,
demands, losses, damages, costs, and expenses of whatsoever nature, including attorney's fees and
expenses, in respect of the death or injury of any person or loss of or damage to any property (other than
the Facilities whether accepted or not), arising in connection with the supply and installation of the
Facilities and by reason of the negligence of the Contractor or its Subcontractors, or their employees,
officers or agents, except any injury, death or property damage caused by the negligence of the Employer,
its contractors, employees, officers or agents.

33.2 If any proceedings are brought or any claim is made against the Employer that might subject the
Contractor to liability under CC Sub-Clause 33.1, the Employer shall promptly give the Contractor a
notice thereof and the Contractor may at its own expense and in the Employer's name conduct such
proceedings or claim and any negotiations for the settlement of any such proceedings or claim.

If the Contractor fails to notify the Employer within twenty-eight (28) days after receipt of such notice that
it intends to conduct any such proceedings or claim, then the Employer shall be free to conduct the same
on its own behalf. Unless the Contractor has so failed to notify the Employer within the twenty-eight (28)
day period, the Employer shall make no admission that may be prejudicial to the defense of any such
proceedings or claim.

The Employer shall, at the Contractor's request, afford all available assistance to the Contractor in
conducting such proceedings or claim, and shall be reimbursed by the Contractor for all reasonable
expenses incurred in so doing.

33.3 The Employer shall indemnify and hold harmless the Contractor and its employees, officers and
Subcontractors from any liability for loss of or damage to property of the Employer, other than the
Facilities not yet taken over, that is caused by fire, explosion or any other perils, in excess of the amount
recoverable from insurances procured under CC Clause 34 (Insurance), provided that such fire, explosion
Section – IV Condition of Contract (CC) Page 30 of 43
or other perils were not caused by any act or failure of the Contractor.

33.4 The party entitled to the benefit of an indemnity under this CC Clause 33 shall take all reasonable
measures to mitigate any loss or damage which has occurred. If the party fails to take such measures, the
other party's liabilities shall be correspondingly reduced.

34. Insurance
34.1 To the extent specified in Appendix 3 (Insurance Requirements) to the Contract Agreement, the Contractor
shall at its expense take out and maintain in effect, or cause to be taken out and maintained in effect,
during the performance of the Contract, the insurances set forth below in the sums and with the deductibles
and other conditions specified in the said Appendix. The identity of the insurers and the form of the
policies shall be subject to the approval of the Employer, who should not unreasonably withhold such
approval.

(a) Cargo Insurance During Transport

Covering loss or damage occurring while in transit from the Contractor's or Subcontractor's works or stores
until arrival at the Site, to the Plant and Equipment (including spare parts thereof) and to the Contractor's
Equipment.

(b) Installation All Risks Insurance

Covering physical loss or damage to the Facilities at the Site, occurring prior to Completion of the
Facilities, with an extended maintenance coverage for the Contractor's liability in respect of any loss or
damage occurring during the Defect Liability Period while the Contractor is on the Site for the purpose of
performing its obligations during the Defect Liability Period.

(c) Third Party Liability Insurance

Covering bodily injury or death suffered by third parties (including the Employer's personnel) and loss of
or damage to property occurring in connection with the supply and installation of the Facilities.

(d)Automobile Liability Insurance

Covering use of all vehicles used by the Contractor or its Subcontractors (whether or not owned by them)
in connection with the execution of the Contract.

(e) Workers' Compensation

In accordance with the statutory requirements applicable in any country where the Contract or any part
thereof is executed.

(f) Employer's Liability

In accordance with the statutory requirements applicable in any country where the Contract or any part
thereof is executed.

(g) Other Insurances

Such other insurances as may be specifically agreed upon by the parties hereto as listed in the said
Appendix 3.

34.2 The Employer shall be named as co-insured under all insurance policies taken out by the Contractor
pursuant to CC Sub-Clause 34.1, except for the Third Party Liability, Workers' Compensation and
Employer's Liability Insurances, and the Contractor's Subcontractors shall be named as co-insured under
all insurance policies taken out by the Contractor pursuant to CC Sub-Clause 34.1 except for the Cargo
Insurance During Transport, Workers' Compensation and Employer's Liability Insurances. All insurer's
rights of subrogation against such co-insured for losses or claims arising out of the performance of the
Contract shall be waived under such policies.

34.3 The Contractor shall, in accordance with the provisions of Appendix 3 (Insurance Requirements) to the
Contract Agreement, deliver to the Employer certificates of insurance (or copies of the insurance policies)
as evidence that the required policies are in full force and effect. The certificates shall provide that no less

Section – IV Condition of Contract (CC) Page 31 of 43


than twenty-one (21) days' notice shall be given to the Employer by insurers prior to cancellation or
material modification of a policy.

34.4 The Contractor shall ensure that, where applicable, its Subcontractor(s) shall take out and maintain in
effect adequate insurance policies for their personnel and vehicles and for work executed by them under
the Contract, unless such Subcontractors are covered by the policies taken out by the Contractor.

34.5 The Employer shall at its expense take out and maintain in effect during the performance of the Contract
those insurances specified in Appendix 3 (Insurance Requirements) to the Contract Agreement, in the
sums and with the deductibles and other conditions specified in the said Appendix. The Contractor and the
Contractor's Subcontractors shall be named as co-insureds under all such policies. All insurers' rights of
subrogation against such co-insureds for losses or claims arising out of the performance of the Contract
shall be waived under such policies. The Employer shall deliver to the Contractor satisfactory evidence
that the required insurances are in full force and effect. The policies shall provide that not less than twenty-
one (21) days' notice shall be given to the Contractor by all insurers prior to any cancellation or material
modification of the policies. If so requested by the Contractor, the Employer shall provide copies of the
policies taken out by the Employer under this CC Sub-Clause 34.5.

34.6 If the Contractor fails to take out and/or maintain in effect the insurances referred to in CC Sub-Clause
34.1, the Employer may take out and maintain in effect any such insurances and may from time to time
deduct from any amount due to the Contractor under the Contract any premium that the Employer shall
have paid to the insurer, or may otherwise recover such amount as a debt due from the Contractor. If the
Employer fails to take out and/or maintain in effect the insurances referred to in CC 34.5, the Contractor
may take out and maintain in effect any such insurances and may from time to time deduct from any
amount due to the Employer under the Contract any premium that the Contractor shall have paid to the
insurer, or may otherwise recover such amount as a debt due from the Employer. If the Contractor fails to
or is unable to take out and maintain in effect any such insurances, the Contractor shall nevertheless have
no liability or responsibility towards the Employer, and the Contractor shall have full recourse against the
Employer for any and all liabilities of the Employer herein.

34.7 Unless otherwise provided in the Contract, the Contractor shall prepare and conduct all and any claims
made under the policies effected by it pursuant to this CC Clause 34, and the monies payable by any
insurers under all the insurance except Third Party Liability Insurance, Workers’ Compensation, and
Employer’s Liability, shall be paid to the joint account of the Employer and the Contractor and such
amounts paid shall be apportioned between the Employer and the Contractor in accordance with the
respective responsibilities under the Contract. The Employer shall give to the Contractor all such
reasonable assistance as may be required by the Contractor. With respect to insurance claims in which the
Employer’s interest is involved, the Contractor shall not give any release or make any compromise with
the insurer without the prior written consent of the Employer. With respect to insurance claims in which
the Contractor’s interest is involved, the Employer shall not give any release or make any compromise
with the insurer without the prior written consent of the Contractor.

35. Unforeseen Conditions

35.1 If, during the execution of the Contract, the Contractor shall encounter on the Site any physical conditions
(other than climatic conditions) or artificial obstructions that could not have been reasonably foreseen prior
to the date of the Contract Agreement by an experienced contractor on the basis of reasonable examination
of the data relating to the Facilities (including any data as to boring tests) provided by the Employer, and
on the basis of information that it could have obtained from a visual inspection of the Site (if access thereto
was available) or other data readily available to it relating to the Facilities, and if the Contractor determines
that it will in consequence of such conditions or obstructions incur additional cost and expense or require
additional time to perform its obligations under the Contract that would not have been required if such
physical conditions or artificial obstructions had not been encountered, the Contractor shall promptly, and
before performing additional work or using additional Plant and Equipment or Contractor's Equipment,
notify the Project Manager in writing of

(a) the physical conditions or artificial obstructions on the Site that could not have been reasonably
foreseen
(b) the additional work and/or Plant and Equipment and/ or Contractor's Equipment required, including the
steps which the Contractor will or proposes to take to overcome such conditions or obstructions
(c) the extent of the anticipated delay
(d) the additional cost and expense that the Contractor is likely to incur.

On receiving any notice from the Contractor under this CC Sub-Clause 35.1, the Project Manager shall
promptly consult with the Employer and Contractor and decide upon the actions to be taken to overcome
Section – IV Condition of Contract (CC) Page 32 of 43
the physical conditions or artificial obstructions encountered. Following such consultations, the Project
Manager shall instruct the Contractor, with a copy to the Employer, of the actions to be taken.

35.2 Any reasonable additional cost and expense incurred by the Contractor in following the instructions from
the Project Manager to overcome such physical conditions or artificial obstructions referred to in CC Sub-
Clause 35.1 shall be paid by the Employer to the Contractor as an addition to the Contract Price.

35.3 If the Contractor is delayed or impeded in the performance of the Contract because of any such physical
conditions or artificial obstructions referred to in CC Sub-Clause 35.1, the Time for Completion shall be
extended in accordance with CC Clause 40 (Extension of Time for Completion).

36. Change in Laws and Regulations


36.1 If, after the date twenty-eight (28) days prior to the date of Bid submission, in the country where the Site is
located, any law, regulation, ordinance, order or by-law having the force of law is enacted, promulgated,
abrogated or changed (which shall be deemed to include any change in interpretation or application by the
competent authorities) that subsequently affects the costs and expenses of the Contractor and/or the Time
for Completion, the Contract Price shall be correspondingly increased or decreased, and/or the Time for
Completion shall be reasonably adjusted to the extent that the Contractor has thereby been affected in the
performance of any of its obligations under the Contract. However, these adjustments would be restricted
to direct transactions between the Employer and the Contractor and not on procurement of raw materials,
intermediary components etc. by the Contractor. Further, no adjustment of the Contract Price shall be
made on account of variation in deemed export benefits. Notwithstanding the foregoing, such additional or
reduced costs shall not be separately paid or credited if the same has already been accounted for in the
price adjustment provisions where applicable, in accordance with the Appendix 2 to the Contract
Agreement.

37. Force Majeure

37.1 "Force Majeure" shall mean any event beyond the reasonable control of the Employer or of the Contractor,
as the case may be, and which is unavoidable notwithstanding the reasonable care of the party affected,
and shall include, without limitation, the following:

(a) war, hostilities or warlike operations (whether a state of war be declared or not), invasion, act of foreign
enemy and civil war

(b)rebellion, revolution, insurrection, mutiny, usurpation of civil or military government, conspiracy, riot,
civil commotion and terrorist acts

(c) confiscation, nationalization, mobilization, commandeering or requisition by or under the order of any
government or de jure or de facto authority or ruler or any other act or failure to act of any local state or
national government authority

(d) strike, sabotage, lockout, embargo, import restriction, port congestion, lack of usual means of public
transportation and communication, industrial dispute, shipwreck, shortage or restriction of power supply,
epidemics, quarantine and plague

(e) earthquake, landslide, volcanic activity, fire, flood or inundation, tidal wave, typhoon or cyclone,
hurricane, storm, lightning, or other inclement weather condition, nuclear and pressure waves or other
natural or physical disaster

(f) shortage of labour, materials or utilities where caused by circumstances that are themselves Force
Majeure.

37.2 If either party is prevented, hindered or delayed from or in performing any of its obligations under the
Contract by an event of Force Majeure, then it shall notify the other in writing of the occurrence of such
event and the circumstances thereof within fourteen (14) days after the occurrence of such event.

37.3 The party who has given such notice shall be excused from the performance or punctual performance of its
obligations under the Contract for so long as the relevant event of Force Majeure continues and to the
extent that such party's performance is prevented, hindered or delayed. The Time for Completion shall be
extended in accordance with CC Clause 40 (Extension of Time for Completion).

Section – IV Condition of Contract (CC) Page 33 of 43


37.4 The party or parties affected by the event of Force Majeure shall use reasonable efforts to mitigate the
effect thereof upon its or their performance of the Contract and to fulfill its or their obligations under the
Contract, but without prejudice to either party's right to terminate the Contract under CC Sub Clauses 37.6
and 38.5.
37.5 No delay or nonperformance by either party hereto caused by the occurrence of any event of Force
Majeure shall

(a) constitute a default or breach of the Contract

(b)(subject to CC Sub-Clauses 32.2, 38.3 and 38.4) give rise to any claim for damages or additional cost or
expense occasioned thereby if and to the extent that such delay or nonperformance is caused by the
occurrence of an event of Force Majeure.

37.6. If the performance of the Contract is substantially prevented, hindered or delayed for a single period if
more than sixty (60) days or an aggregate period of more than one hundred and twenty (120) days on
account of one or more events of Force Majeure during the currency of the Contract, the parties will
attempt to develop a mutually satisfactory solution, failing which the dispute will be resolved in
accordance with CC Clause.6.

37.7. Notwithstanding CC Sub-Clause 37.5, Force Majeure shall not apply to any obligation of the Employer to
make payments to the Contractor herein.

38. War Risks

38.1 "War Risks" shall mean any event specified in paragraphs (a) and (b) of CC Sub-Clause 37.1 and any
explosion or impact of any mine, bomb, shell, grenade or other projectile, missile, munitions or explosive
of war, occurring or existing in or near the country (or countries) where the Site is located.

38.2 Notwithstanding anything contained in the Contract, the Contractor shall have no liability whatsoever for
or with respect to

(a) destruction of or damage to Facilities, Plant & Equipment, or any part thereof

(b) destruction of or damage to property of the Employer or any third party

(c) injury or loss of life if such destruction, damage, injury or loss of life is caused by any War Risks, and
the Employer shall indemnify and hold the Contractor harmless from and against any and all claims,
liabilities, actions, lawsuits, damages, costs, charges or expenses arising in consequence of or in
connection with the same.

38.3 If the Facilities or any Plant and Equipment or Contractor's Equipment or any other property of the
Contractor used or intended to be used for the purposes of the Facilities shall sustain destruction or damage
by reason of any War Risks, the Employer shall pay the Contractor for

(a) any part of the Facilities or the Plant and Equipment so destroyed or damaged (to the extent not already
paid for by the Employer)

(b) replacing or making good any Contractor's Equipment or other property of the Contractor so destroyed
or damaged,

(c) replacing or making good any such destruction or damage to the Facilities or the Plant and Equipment
or any part thereof so far as may be required by the Employer, and as may be necessary for completion of
the facilities.

If the Employer does not require the Contractor to replace or make good any such destruction or damage to
the Facilities, the Employer shall either request a change in accordance with CC Clause 39 (Change in the
Facilities), excluding the performance of that part of the Facilities thereby destroyed or damaged or, where
the loss, destruction or damage affects a substantial part of the Facilities, shall terminate the Contract,
pursuant to CC Sub-Clause 42.1 (Termination for Employer's Convenience).

38.4 Notwithstanding anything contained in the Contract, the Employer shall pay the Contractor for any
increased costs or incidentals to the execution of the Contract that are in any way attributable to,
consequent on, resulting from, or in any way connected with any War Risks, provided that the Contractor

Section – IV Condition of Contract (CC) Page 34 of 43


shall as soon as practicable notify the Employer in writing of any such increased cost.

38.5 If during the performance of the Contract any war risks shall occur that financially or otherwise materially
affect the execution of the Contract by the Contractor with due and proper consideration given to the
safety of its and its Subcontractors personal engaged in the work on the facilities, provided, however, that
if the execution of the work on the facilities becomes impossible or is substantially prevented for a single
period of more than sixty (60) days or an aggregate period of more the one hundred and twenty ( 120)
days on account of any war Risks, the parties will attempt to develop a mutually satisfactory solution,
failing which the dispatch will be resolved in accordance with CC Clause.6.

38.6 In the event of termination pursuant to CC Sub Clause. 38.3, the rights and obligation of the employer and
the Contractor shall be as specified in CC Sub- Clause 42.1.2 and 42.1.3, except that the Contractor shall
have no entitlement to profit under paragraph (e) of CC Sub Clause 42.13 in respect of any unexecuted
facilities as of the date of termination.

H. Change in Contract Elements

39. Change in the Facilities

39.1 Introducing a Change

39.1.1 Subject to CC Sub-Clauses 39.2.5 and 39.2.7, the Employer shall have the right to propose, and
subsequently require, that the Project Manager order the Contractor from time to time during the
performance of the Contract to make any change, modification, addition or deletion to, in or from the
Facilities (hereinafter called "Change"), provided that such Change falls within the general scope of the
Facilities and does not constitute unrelated work and that it is technically practicable, taking into account
both the state of advancement of the Facilities and the technical compatibility of the Change envisaged
with the nature of the Facilities as specified in the Contract.

39.1.2 The Contractor may from time to time during its performance of the Contract propose to the Employer
(with a copy to the Project Manager) any Change that the Contractor considers necessary or desirable to
improve the quality, efficiency or safety of the Facilities. The Employer may at its discretion approve or
reject any Change proposed by the Contractor, provided that the Employer shall approve any Change
proposed by the Contractor to ensure the safety of the Facilities.

39.1.3 Notwithstanding CC Sub-Clauses 39.1.1 and 39.1.2, no change made necessary because of any default of
the Contractor in the performance of its obligations under the Contract shall be deemed to be a Change,
and such change shall not result in any adjustment of the Contract Price or the Time for Completion.

39.1.4 The procedure on how to proceed with and execute Changes is specified in CC Sub-Clauses 39.2 and 39.3,
and further details and sample forms are provided in the Sample Forms and Procedures section in the
bidding documents.

39.2 Changes Originating from Employer

39.2.1 If the Employer proposes a Change pursuant to CC Sub-Clause 39.1.1, it shall send to the Contractor a
"Request for Change Proposal," requiring the Contractor to prepare and furnish to the Project Manager as
soon as reasonably practicable a "Change Proposal," which shall include the following:
(a) brief description of the Change
(b) effect on the Time for Completion
(c) estimated cost of the Change
(d) effect on Functional Guarantees (if any)
(e) effect on any other provisions of the Contract.

39.2.2 Prior to preparing and submitting the "Change Proposal," the Contractor shall submit to the Project
Manager an "Estimate for Change Proposal," which shall be an estimate of the cost of preparing and
submitting the Change Proposal. Upon receipt of the Contractor's Estimate for Change Proposal, the
Employer shall do one of the following:

(a) accept the Contractor's estimate with instructions to the Contractor to proceed with the preparation of
the Change Proposal

(b) advise the Contractor of any part of its Estimate for Change Proposal that is unacceptable and request

Section – IV Condition of Contract (CC) Page 35 of 43


the Contractor to review its estimate

(c) advise the Contractor that the Employer does not intend to proceed with the Change.

39.2.3 Upon receipt of the Employer's instruction to proceed under CC Sub-Clause 39.2.2 (a), the Contractor
shall, with proper expedition, proceed with the preparation of the Change Proposal, in accordance with CC
Sub-Clause 39.2.1.

39.2.4 The pricing of any Change shall, as far as practicable, be calculated in accordance with the rates and prices
included in the Contract. If such rates and prices are inequitable, the parties thereto shall agree on specific
rates for the valuation of the Change.

39.2.5 If before or during the preparation of the change proposal it becomes apparent that the aggregate effect of
compliance therewith and with all other change orders that have already become binding upon the
contractor under this CC Clause 39 would be to increase or decrease the contractor price as originally set
forth in Article- 2 ( Contract price and Terms of payment) of the contract agreement by more than fifteen
( 15) percent, the Contractor may give a written notice of objection there to prior to furnish the change
proposal as aforesaid. If the employer accept the contractors objection, the employer and the contractor
shall agree on specific rates for valuation of the change.

The Contractor failure to so object shall neither affect its right to object to any subsequent requested
change or change orders herein, nor affect its right to taken into account, when making such subsequent
objection, the percentage increase or decrease in the contract price that any change not objected to by the
contractor represents.

39.2.6 If rates and prices of any change are not available in the contract, the parties thereto shall agree on specific
rates for the valuation of the change. Upon receipt of the change proposal, the employer and the contractor
shall mutually agree upon all matters therein contained. With in fourteen (14) days after such agreement,
the employer shall, if it intends to proceed with change, issue the contractor with a change order.

If the employer is unable to reach a decision with in fourteen (14) days, it shall notify the contractor with
details of when the contractor can expect a decision.

If the employer decides not to proceed with the change for whatever reason, it shall, with in the said
period of fourteen (14) days, notify the contractor accordingly. Under such circumstances, the contractor
shall be entitled to reimbursement of all costs reasonably incurred by it in the preparation of the change
proposal, provided that these do not exceed the amount given by the Contractor in its estimate for change
proposal submitted in accordance with CC Sub – Clause 39.2.2.

39.2.7 If the Employer and the Contractor cannot reach agreement on the price for the Change, an equitable
adjustment to the Time for Completion, or any other matters identified in the Change Proposal, the
Employer may nevertheless instruct the Contractor to proceed with the Change by issue of a "Pending
Agreement Change Order."

Upon receipt of a Pending Agreement Change Order, the Contractor shall immediately proceed with
effecting the Changes covered by such Order. The parties shall thereafter attempt to reach agreement on
the outstanding issues under the Change Proposal.

If the parties cannot reach agreement within sixty (60) days from the date of issue of the Pending
Agreement Change Order, then the matter may be referred to the Arbitration in accordance with the
provisions of CC Sub-Clause 6.2 (Arbitration).

39.3 Changes Originating from Contractor


39.3.1 If the Contractor proposes a Change pursuant to CC Sub-Clause 39.1.2, the Contractor shall submit to the
Project Manager a written "Application for Change Proposal," giving reasons for the proposed Change and
including the information specified in CC Sub-Clause 39.2.1.

Upon receipt of the Application for Change Proposal, the parties shall follow the procedures outlined in
CC Sub-Clauses 39.2.6 and 39.2.7. However, should the Employer choose not to proceed, the Contractor
shall not be entitled to recover the costs of preparing the Application for Change Proposal.

39.4 The scope of work under the package(s) shall be as per the Technical Specification, Vol- II of bidding
Documents. The quantity variation applicable for the existing scope shall be generally as per the
following.

Section – IV Condition of Contract (CC) Page 36 of 43


a) The employer reserves the right to increase or decrease the quantity of different items of the
specified good and services to the extent of fifteen percent (15%) of the contract prices, by way of
suitable amendment to the contract, without any change in unit rate/price and/ or other terms and
conditions of the contract. However, the quantities of individual items of goods and services may
vary up to any extent.

b) The contract price for (i) items for which quantities have been indicated as lumpsum / lot/ set (ii)
items for which quantities were to be estimated by the bidder, including additional items (falling
under (i) and /or (ii) considered necessary by the bidder for successful completion of the works as
per TS and indicated by him in his bid, shall remain constant unless there is change made in the
scope of work by the employer. The quantities and unit prices (a) subsequently arrived while
approving the bill of quantities (BOQ)/ billing breakup of lumpsum/lot/set quantities and/ or (b)
quantities estimated by the bidder /contractor shall be for on account payment purpose only. In case
additional quantities, over and above the quantities in BOQ/ billing break up and/or estimated by
the bidder/contractor are required for the successful completion of the scope of work as per
technical specification, the contractor shall execute additional quantities of these items for which no
additional payments shall be made over and above the lumpsum contract price.

In case quantities of these items supplied at site are in excess of that required for successful
completion of scope of work, such additional quantities shall be property of the contractor and
contractor shall be allowed to take back the same from the site for which no deduction from the
lumpsum contract price shall be made. Further in case actual requirement of quantities for
successful completion of scope of work is less than the quantities identified in the approved BOQ/
billing break up and/or estimated by the bidder/ contractor, the lumpsum contract price shall remain
unchanged and no deduction shall be made from the lumpsum price due to such reduction of
quantities. It shall be the responsibility of the bidder to pay all statutory taxes, duties and levies to
the concerned authority’s surplus material which would otherwise have been, lawfully payable. The
bidder shall submit an indemnity bond to keep the employer harmless from any liability, before
release to such martial to the bidder by the employer.

c) The quantity variation from the existing scope shall be notified to the contractor within the validity
of contract.

40. Extension of Time for Completion


40.1 The Time(s) for Completion specified in the CC shall be extended if the Contractor is delayed or impeded
in the performance of any of its obligations under the Contract by reason of any of the following :

(a) any Change in the Facilities as provided in CC Clause 39 (Change in the Facilities)

(b) any occurrence of Force Majeure as provided in CC Clause 37 (Force Majeure), unforeseen conditions
as provided in CC Clause 35 (Unforeseen Conditions), or other occurrence of any of the matters specified
or referred to in paragraphs (a), (b) and (c) of CC Sub-Clause 32.2

(c) any suspension order given by the Employer under CC Clause 41 (Suspension) hereof or reduction in
the rate of progress pursuant to CC Sub-Clause 41.2 or
(d) any changes in laws and regulations as provided in CC Clause 36 (Change in Laws and Regulations) or

(e) any default or breach of the Contract by the Employer, specifically including failure to supply the items
listed in Appendix 6 (Scope of Works and Supply by the Employer) to the Contract Agreement, or any
activity, act or omission of any other contractors employed by the Employer or

(f) any other matter specifically mentioned in the Contract;

by such period as shall be fair and reasonable in all the circumstances and as shall fairly reflect the delay or
impediment sustained by the Contractor.

40.2 Except where otherwise specifically provided in the Contract, the Contractor shall submit to the Project
Manager a notice of a claim for an extension of the Time for Completion, together with particulars of the
event or circumstance justifying such extension as soon as reasonably practicable after the commencement
of such event or circumstance. As soon as reasonably practicable after receipt of such notice and
supporting particulars of the claim, the Employer and the Contractor shall agree upon the period of such
extension. In the event that the Contractor does not accept the Employer's estimate of a fair and reasonable
time extension, the Contractor shall be entitled to refer the matter to an Arbitration, pursuant to CC Sub-
Clause 6.2 (Arbitration).

Section – IV Condition of Contract (CC) Page 37 of 43


40.3 The Contractor shall at all times use its reasonable efforts to minimize any delay in the performance of its
obligations under the Contract.

41. Suspension

41.1 The Employer may request the Project Manager, by notice to the Contractor, to order the Contractor to
suspend performance of any or all of its obligations under the Contract. Such notice shall specify the
obligation of which performance is to be suspended, the effective date of the suspension and the reasons
thereof. The Contractor shall thereupon suspend performance of such obligation (except those obligations
necessary for the care or preservation of the Facilities) until ordered in writing to resume such performance
by the Project Manager.

If, by virtue of a suspension order given by the Project Manager, other than by reason of the Contractor's
default or breach of the Contract, the Contractor's performance of any of its obligations is suspended for an
aggregate period of more than ninety (90) days, then at any time thereafter and provided that at that time
such performance is still suspended, the Contractor may give a notice to the Project Manager requiring that
the Employer shall, within twenty-eight (28) days of receipt of the notice, order the resumption of such
performance or request and subsequently order a change in accordance with CC Clause 39 (Change in the
Facilities), excluding the performance of the suspended obligations from the Contract.

If the Employer fails to do so within such period, the Contractor may, by a further notice to the Project
Manager, elect to treat the suspension, where it affects a part only of the Facilities, as a deletion of such
part in accordance with CC Clause 39 (Change in the Facilities) or, where it affects the whole of the
Facilities, as termination of the Contract under CC Sub-Clause 42.1 (Termination for Employer's
Convenience).

41.2 In case,
(a) the Employer has failed to pay the Contractor any sum due under the Contract within the specified
period, has failed to approve any invoice or supporting documents without just cause pursuant to
Appendix 1 (Terms and Procedures of Payment) to the Contract Agreement, or commits a substantial
breach of the Contract, the Contractor may give a notice to the Employer that requires payment of such
sum, with interest thereon as stipulated in CC Sub-Clause 12.3, requires approval of such invoice or
supporting documents, or specifies the breach and requires the Employer to remedy the same, as the
case may be. If the Employer fails to pay such sum together with such interest, fails to approve such
invoice or supporting documents or give its reasons for withholding such approval, or fails to remedy
the breach or take steps to remedy the breach within fourteen (14) days after receipt of the Contractor's
notice or

(b) the Contractor is unable to carry out any of its obligations under the Contract for any reason
attributable to the Employer, including but not limited to the Employer's failure to provide possession
of or access to the Site or other areas in accordance with CC Sub-Clause 10.2, or failure to obtain any
governmental permit necessary for the execution and/or completion of the Facilities; then the
Contractor may by fourteen (14) days' notice to the Employer suspend performance of all or any of its
obligations under the Contract, or reduce the rate of progress.

41.3 If the Contractor's performance of its obligations is suspended or the rate of progress is reduced pursuant to
this CC Clause 41, then the Time for Completion shall be extended in accordance with CC Sub-Clause
40.1, and any and all additional costs or expenses incurred by the Contractor as a result of such suspension
or reduction shall be paid by the Employer to the Contractor in addition to the Contract Price, except in the
case of suspension order or reduction in the rate of progress by reason of the Contractor's default or breach
of the Contract.

41.4 During the period of suspension, the Contractor shall not remove from the Site any Plant and Equipment,
any part of the Facilities or any Contractor's Equipment, without the prior written consent of the Employer.

42. Termination

42.1 Termination for Employer's Convenience

42.1.1 The Employer may at any time terminate the Contract for any reason by giving the Contractor a notice of
termination that refers to this CC Sub-Clause 42.1.

42.1.2 Upon receipt of the notice of termination under CC Sub-Clause 42.1.1, the Contractor shall either
immediately or upon the date specified in the notice of termination

Section – IV Condition of Contract (CC) Page 38 of 43


(a) cease all further work, except for such work as the Employer may specify in the notice of termination
for the sole purpose of protecting that part of the Facilities already executed, or any work required to
leave the Site in a clean and safe condition

(b) terminate all subcontracts, except those to be assigned to the Employer pursuant to paragraph (d)(ii)
below

(c) remove all Contractor's Equipment from the Site, repatriate the Contractor's and its Subcontractors'
personnel from the Site, remove from the Site any wreckage, rubbish and debris of any kind, and leave
the whole of the Site in a clean and safe condition

(d) In addition, the Contractor, subject to the payment specified in CC SubClause 42.1.3, shall

(i) deliver to the Employer the parts of the Facilities executed by the Contractor up to the date of
termination.

(ii) to the extent legally possible, assign to the Employer all right, title and benefit of the Contractor to
the Facilities and to the Plant and Equipment as at the date of termination, and, as may be required
by the Employer, in any subcontracts concluded between the Contractor and its Subcontractors

(iii) deliver to the Employer all non-proprietary drawings, specifications and other documents
prepared by the Contractor or its Subcontractors as at the date of termination in connection with
the Facilities.

42.1.3 In the event of termination of the Contract under CC Sub-Clause 42.1.1, the Employer shall pay to the
Contractor the following amounts:

a. The Contract Price, properly attributable to the parts of the Facilities executed by the Contractor as
on the date of termination

b. The costs reasonably incurred by the Contractor in the removal of the Contractor's Equipment from
the Site and in the repatriation of the Contractor's and its Subcontractors' personnel

c. The amounts to be paid by the Contractor to its Subcontractors in connection with the termination
of any subcontracts, including any cancellation charges

d. Costs incurred by the Contractor in protecting the Facilities and leaving the Site in a clean and safe
condition pursuant to paragraph (a) of CC Sub-Clause 42.1.2

e. The cost of satisfying all other obligations, commitments and claims that the Contractor may in
good faith have undertaken with third parties in connection with the Contract and that are not
covered by paragraphs (a) through (d) above.

42.2 Termination for Contractor's Default

42.2.1 The Employer, without prejudice to any other rights or remedies it may possess, may terminate the
Contract forthwith in the following circumstances by giving a notice of termination and its reasons
therefore to the Contractor, referring to this CC Sub-Clause 42.2:

(a) if the Contractor becomes bankrupt or insolvent, has a receiving order issued against it, compounds
with its creditors, or, if the Contractor is a corporation, a resolution is passed or order is made for its
winding up (other than a voluntary liquidation for the purposes of amalgamation or reconstruction), a
receiver is appointed over any part of its undertaking or assets, or if the Contractor takes or suffers any
other analogous action in consequence of debt.

(b) if the Contractor assigns or transfers the Contract or any right or interest therein in violation of the
provision of CC Clause 43 (Assignment).

(c) if the Contractor, in the judgment of the Employer has engaged in corrupt or fraudulent practices in
competing for or in executing the Contract.

For the purpose of this sub-clause :

Section – IV Condition of Contract (CC) Page 39 of 43


"corrupt practice" means the offering, giving, receiving or soliciting of any thing of value to influence the
action of a public official in the procurement process or in contact execution.

"fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the
execution of a contract to the detriment of the Employer, and includes collusive practice among Bidders
(prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to
deprive the Employer of the benefits of free and open competition".

42.2.2 If the Contractor

(a) has abandoned or repudiated the Contract

(b) has without valid reason failed to commence work on the Facilities promptly or has suspended
(other than pursuant to CC Sub-Clause 41.2) the progress of Contract performance for more than
twenty-eight (28) days after receiving a written instruction from the Employer to proceed

(c) persistently fails to execute the Contract in accordance with the Contract or persistently neglects to
carry out its obligations under the Contract without just cause

(d) refuses or is unable to provide sufficient materials, services or labour to execute and complete the
Facilities in the manner specified in the program furnished under CC Clause 18.2 (Program of
Performance) at rates of progress that give reasonable assurance to the Employer that the
Contractor can attain Completion of the Facilities by the Time for Completion as extended.

then the Employer may, without prejudice to any other rights it may possess under the Contract, give a
notice to the Contractor stating the nature of the default and requiring the Contractor to remedy the same.
If the Contractor fails to remedy or to take steps to remedy the same within fourteen (14) days of its
receipt of such notice, then the Employer may terminate the Contract forthwith by giving a notice of
termination to the Contractor that refers to this CC SubClause 42.2

42.2.3 Upon receipt of the notice of termination under CC Sub-Clauses.42.2.1 or 42.2.2, the Contractor shall,
either immediately or upon such date as is specified in the notice of termination,

(a) cease all further work, except for such work as the Employer may specify in the notice of termination
for the sole purpose of protecting that part of the Facilities already executed, or any work required to leave
the Site in a clean and safe condition

(b) terminate all subcontracts, except those to be assigned to the Employer pursuant to paragraph (d) below

(c) deliver to the Employer the parts of the Facilities executed by the Contractor up to the date of
termination

(d) to the extent legally possible, assign to the Employer all right, title and benefit of the Contractor to the
Works and to the Plant and Equipment as at the date of termination, and, as may be required by the
Employer, in any subcontracts concluded between the Contractor and its Subcontractors

(e) deliver to the Employer all drawings, specifications and other documents prepared by the Contractor or
its Subcontractors as at the date of termination in connection with the Facilities.

42.2.4 The Employer may enter upon the Site, expel the Contractor, and complete the Facilities itself or by
employing any third party. The Employer may, to the exclusion of any right of the Contractor over the
same, take over and use with the payment of a fair rental rate to the Contractor, with all the maintenance
costs to the account of the Employer and with an indemnification by the Employer for all liability
including damage or injury to persons arising out of the Employer's use of such equipment, any
Contractor's Equipment owned by the Contractor and on the Site in connection with the Facilities for such
reasonable period as the Employer considers expedient for the supply and installation of the Facilities.

Upon completion of the Facilities or at such earlier date as the Employer thinks appropriate, the Employer
shall give notice to the Contractor that such Contractor's Equipment will be returned to the Contractor at or
near the Site and shall return such Contractor's Equipment to the Contractor in accordance with such
notice. The Contractor shall thereafter without delay and at its cost remove or arrange removal of the same
from the Site.

Section – IV Condition of Contract (CC) Page 40 of 43


42.2.5 Subject to CC Sub-Clause 42.2.6, the Contractor shall be entitled to be paid the Contract Price attributable
to the Facilities executed as at the date of termination, the value of any unused or partially used Plant and
Equipment on the Site, and the costs, if any, incurred in protecting the Facilities and in leaving the Site in a
clean and safe condition pursuant to paragraph (a) of CC SubClause 42.2.3. Any sums due to the Employer
from the Contractor accruing prior to the date of termination shall be deducted from the amount to be paid
to the Contractor under this Contract.

42.2.6 If the Employer completes the Facilities, the cost of completing the Facilities by the Employer shall be
determined. If the sum that the Contractor is entitled to be paid, pursuant to CC SubClause 42.2.5, plus the
reasonable costs incurred by the Employer in completing the Facilities, exceeds the Contract Price, the
Contractor shall be liable for such excess.

If such excess is greater than the sums due to the Contractor under CC SubClause 42.2.5, the Contractor
shall pay the balance to the Employer, and if such excess is less than the sums due to the Contractor under
CC Sub-Clause 42.2.5, the Employer shall pay the balance to the Contractor.

The Employer and the Contractor shall agree, in writing, on the computation described above and the
manner in which any sums shall be paid.

42.3 Termination by Contractor


42.3.1 If
(a) The Employer has failed to pay the Contractor any sum due under the Contract within the specified
period, has failed to approve any invoice or supporting documents without just cause pursuant to Appendix
1 (Terms and Procedures of Payment) of the Contract Agreement, or commits a substantial breach of the
Contract, the Contractor may give a notice to the Employer that requires payment of such sum, with
interest thereon as stipulated in CC Sub-Clause 12.3, requires approval of such invoice or supporting
documents, or specifies the breach and requires the Employer to remedy the same, as the case may be. If
the Employer fails to pay such sum together with such interest, fails to approve such invoice or supporting
documents or give its reasons for withholding such approval, fails to remedy the breach or take steps to
remedy the breach within fourteen (14) days after receipt of the Contractor's notice, or

(b) The contractor is unable to carry out any of its obligations under the contract for any reason
attributable to the employer, including but not limited to the employer’s failure to provide possession of or
access to the site or other areas or failure to obtain any governmental permit necessary for the execution
and/or completion of the Facilities, which the employer is required to obtain as per provision of the
contract as per relevant applicable laws of the country.

then the Contractor may give a notice to the Employer thereof, and if the Employer has failed to pay the
outstanding sum, to approve the invoice or supporting documents, to give its reasons for withholding such
approval, or to remedy the breach within twenty-eight (28) days of such notice, or if the Contractor is still
unable to carry out any of its obligations under the Contract for any reason attributable to the Employer
within twenty-eight (28) days of the said notice, the Contractor may by a further notice to the Employer
referring to this CC Sub-Clause 42.3.1, forthwith terminate the Contract.

42.3.2 The Contractor may terminate the Contract forthwith by giving a notice to the Employer to that effect,
referring to this CC Sub-Clause 42.3.2, if the Employer becomes bankrupt or insolvent, has a receiving
order issued against it, compounds with its creditors, or, being a corporation, if a resolution is passed or
order is made for its winding up (other than a voluntary liquidation for the purposes of amalgamation or
reconstruction), a receiver is appointed over any part of its undertaking or assets, or if the Employer takes
or suffers any other analogous action in consequence of debt.

42.3.3 If the Contract is terminated under CC Sub-Clauses 42.3.1 or 42.3.2, then the Contractor shall immediately

(a) cease all further work, except for such work as may be necessary for the purpose of protecting that part
of the Facilities already executed, or any work required to leave the Site in a clean and safe condition

(b) terminate all subcontracts, except those to be assigned to the Employer pursuant to paragraph (d)(ii)
below

(c) remove all Contractor's Equipment from the Site and repatriate the Contractor's and its Subcontractor's
personnel from the Site

(d) In addition, the Contractor, subject to the payment specified in CC SubClause 42.3.4, shall

Section – IV Condition of Contract (CC) Page 41 of 43


(i) deliver to the Employer the parts of the Facilities executed by the Contractor up to the date of
termination
(ii) to the extent legally possible, assign to the Employer all right, title and benefit of the
Contractor to the Facilities and to the Plant and Equipment as on the date of termination, and, as may be
required by the Employer, in any subcontracts concluded between the Contractor and its Subcontractors
(iii) deliver to the Employer all drawings, specifications and other documents prepared by the Contractor
or its Subcontractors as on the date of termination in connection with the Facilities.

42.3.4 If the Contract is terminated under CC Sub-Clauses 42.3.1 or 42.3.2, the Employer shall pay to the
Contractor all payments specified in CC Sub-Clause 42.1.3, and reasonable compensation for all loss or
damage sustained by the Contractor arising out of, in connection with or in consequence of such
termination.

42.3.5 Termination by the Contractor pursuant to this CC Sub-Clause 42.3 is without prejudice to any other rights
or remedies of the Contractor that may be exercised in lieu of or in addition to rights conferred by CC Sub-
Clause 42.3.

42.4 In this CC Clause 42, the expression "Facilities executed" shall include all work executed, Installation
Services provided, and Plant and Equipment acquired (or subject to a legally binding obligation to
purchase) by the Contractor and used or intended to be used for the purpose of the Facilities, up to and
including the date of termination.

42.5 In this CC Clause 42, in calculating any monies due from the Employer to the Contractor, account shall be
taken of any sum previously paid by the Employer to the Contractor under the Contract, including any
advance payment paid pursuant to Appendix 1 (Terms and Procedures of Payment) to the Contract
Agreement.

43. Assignment

43.1 Neither the Employer nor the Contractor shall, without the express prior written consent of the other
(which consent shall not be unreasonably withheld), assign to any third party the Contract or any part
thereof, or any right, benefit, obligation or interest therein or thereunder, except that the Contractor shall be
entitled to assign either absolutely or by way of charge any monies due and payable to it or that may
become due and payable to it under the Contract.

44 Construction of the contract

44.1 The contracts to be entered into with the successful bidder shall be as under.

For Foreign bidder :

--- “ First contract” for CIF supply of all equipment and materials including mandatory spares:

--- “Second Contract” for Ex-works supply of all equipment and materials including mandatory spares:

--- “ Third contract” for providing all services i.e. port handling and custom clearance for the imported
goods , further loading and inland transportation for delivery at site ,unloading, storage handling at site ,
installation ,testing and commissioning including performance testing in respect of all the equipments
supplied under both “ First contract” and “Second Contract” and any other services specified in the
contract documents.

For Domestic Bidder:

--- “ First contract” for Ex-works supply and CIF supply , if any of all equipment and materials including
mandatory spares identifying separately the CIF and Ex-works components of the supply.

---- “Second Contract” for providing all services i.e. inland transportation for delivery at site ,unloading,
storage handling at site, installation, testing and commissioning including performance testing in respect
of all the equipments supplied under “ First contract” and any other services specified in the contract
documents.

44.2 The award of 2/3 separate contract (in case of foreign bidder) /two separate contracts (in case of domestic
bidder) shall not in any way dilute the responsibility of the contractor for the successful completion if the
facility as per specification and breach in one contract shall automatically be construed as a breach of the
other contracts which will confer a right on the employer to terminate the other contracts also at the risk
and the cost of the contractor.
Section – IV Condition of Contract (CC) Page 42 of 43
44.3 If the foreign bidder has proposed an Indian Associate in his bid to execute the Second and / or Third
contact and has also furnished written unequivocal consent of the proposed Indian Associate to work as
independent contractor on the terms offered by the bidder and the employer is satisfied with
experience/qualification of the proposed Indian Associate, the employer will enter in to the Second
Contractor and/ or “Third Contract” with the said Indian Associate. Further, the said Indian Associate, in
addition to the contract performance security to be provided by the contractor for ten percent (10%) of the
value of all three contract i.e. first contract, second contract and third contract, shall provide with in
twenty-eight (28) days of the notification of Contract award , Contract performance security equivalent to
ten ( 10%) of the value of the second contract and/or Third Contract for the due performance of Contract
with a validity up to sixty (60) days beyond the defect liability period. It is expressly understood and
agreed that all the three Contracts shall contain the aforesaid cross fall breach clause.

44.4 It is further expressly understood and agreed that in case the option is not exercised by the bidder or the
Indian Associate fails to enter in to the second Contract and/ or third contract with the employer or if the
employer in its judgment does not find acceptance of the proposed Indian Associate as its Contractor,
then the bidder shall be obliged to enter in to and execute all the three contracts with the employer and all
the three Contracts shall contain the aforesaid cross fall breach clause.

44.5 In case of two/ three contracts entered into as above or where the employer hands over his equipment to
the contractor for executing the contract then the contractor shall at the time of taking delivery of
equipment through bill of lading or other dispatch documents, furnish trust receipt for plant, equipment
and materials and also execute an Indemnity bond in favour of the employer in the form acceptable to the
employer for keeping the equipment in safe custody and to utilize the same exclusively for the purpose of
the said Contract. Samples of Performa for the Trust receipt and Indemnity bond are enclosed under
Section IV (Sample forms and procedures). The employer shall also issue separate authorization letter to
the Contract to enable him to take physical delivery of plant, equipment and materials from the employer
as per Performa enclosed under Section IV (sample forms and procedures).

44.6 The Contract will be signed in two original and the contractor shall be provided with one signed original
and the other signed original will be retained by the employer.

44.7 The contractor shall provide free of cost to the employer all the engineering data, drawing and descriptive
materials submitted with the bid, in at least two (2) copies to form a part of the contract immediately after
notification of Award.

44.8 Subsequent to signing of the contract, the contractor at his own cost shall provide the employer with at
least fifteen (15) true copies of contract agreement within thirty (30) days after signing of the contract.

45. Specific Requirement

The bidder shall be responsible for safety of human and equipment during the working. It will be the
responsibility of the Contractor to co-ordinate and obtain clearance from Electrical Inspector (Govt. of
NCT of Delhi) before commissioning. Any additional items, modification due to observation of such
statutory authorities shall be provided by the Contractor at no extra cost to the Employer. However the
necessary fee of the Inspector shall be reimbursed by DTL

Section – IV Condition of Contract (CC) Page 43 of 43


.
SECTION-V

SPECIAL CONDITIONS OF
CONTRACT
(SCC)
SECTION-V

SPECIAL CONDITIONS OF CONTRACT (SCC)

The following bid specific data for the Plant and Equipment to be procured shall amend and/or
supplement the provisions in the Conditions of Contract (CC)

Sl. GCC Clause Amendment/Supplement to CC


No. Ref. No.

1. CC 1.1 & Time/Project Completion Schedule


Appendix -4
of Section-
Description Duration in Months
F&P form the effective
date of contract
Design, Engineering, Manufacturing, Supply,
Erection, Testing & Commissioning of 220/33
kV GIS Sub-Station with complete civil works
18 months
& automation at Rajghat Power Scheme New
Delhi (India) on Turnkey Basis.

2. CC 42.2.1 “The Employer, without prejudice to any other rights or remedies it may
possess, may terminate the Contract forthwith in the following
circumstances by giving a notice of termination and its reasons therefore to
the Contractor, referring to this CC Sub-Clause 42.2”

may be read as

“The Employer, without prejudice to any other rights or remedies it may


possess, may terminate the Contract forthwith in the following
circumstances by giving a notice of termination and its reasons therefore to
the Contractor, referring to this CC Sub-Clause 42.2 and Performance
security (CPG) will be forfeited.”

----- End of Section-V (SCC) ----

________________________________________________________________________________________________________________
Section – V: Special Conditions of Contract Page 1 of 1
.
SECTION-VI

FORMS AND PROCEDURES


(F&P)
1. BID FORM

Please Refer Volume III

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 1 of 62
2. BID SECURITY FORM

Date: ....……...

IFB No.: .....……


Name of Contract:……………………

To: (Name and Address of Employer)

WHEREAS ………………(name of Bidder) (hereinafter called "the Bidder") has submitted its Bid dated
……………………(date of bid) for the performance of the above-named Contract (hereinafter called "the
Bid")

KNOW ALL PERSONS by these present that WE………………….…(name of bank) of………….. (address
of bank) (hereinafter called "the Bank"), are bound unto…………………...……..(name of Employer)
(hereinafter called "the Employer") in the sum of: ……………………………………………… for which
payment well and truly to be made to the said Employer, the Bank binds itself, its successors and assigns
by these presents.

Sealed with the Common Seal of the said Bank this ............day of .......... 20 ….…

THE CONDITIONS of this obligation are:

(1) If the Bidder withdraws its bid during the period of bid validity specified by the Bidder in the Bid
Form: or

(2) In case the Bidder does not withdraw the deviations proposed by him, if any, at the cost of
withdrawal stated by him in the bid; or

(3) If the bidder does not accept the correction of its Bid Price pursuant to ITB Sub Clause 21.2; or

(4) If, as per the Qualifying Requirements the Bidder has to submit a Deed of Joint Undertaking and he
fails to submit the same, duly attested by Notary Public of the place(s) of the respective
executant(s) or registered with the Indian Embassy/ High Commission in that country, before
opening of price bid; or

(5) In the case of a successful Bidder, if the Bidder fails within the specified time limit

(i) to sign the Contract Agreement, in accordance with ITB Clause 31, or
(ii) to furnish the required performance security, in accordance with ITB Clause 32.

WE undertake to pay to the Employer up to the above amount upon receipt of its first written demand,
without the Employer having to substantiate its demand, provided that in its demand the Employer will note
that the amount claimed by it is due to it, owing to the occurrence of any of the above-named
CONDITIONS or their combination, and specifying the occurred condition or conditions.

This guarantee will remain in full force up to and including (the date 45 days after the period of bid validity),
and any demand in respect thereof must reach the Bank not later than the above date.

For and on behalf of the Bank


_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 2 of 62
……………………..
(Signature)

in the capacity of
……………………………

Common Seal of the Bank______________________

Name & Designation of issuing Person

POA Number_______________________
Contact Number(s): Tel.______________Mobile______________
Fax Number_______________________

email ____________________________

Address of issuing branch.

Note: In case the bid is submitted by a Joint venture/ Consortium, the bid security shall be in the name of
the Joint venture/ Consortium and not in the name of the Lead Partner or any other Partner(s) of the Joint
venture/ Consortium.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 3 of 62
3a. FORM OF NOTIFICATION BY THE EMPLOYER TO THE BIDDER FOR
FORFEITURE OF BID GUARANTEE AMOUNT

M/s…………….

Ref.: Your proposal against our IFB


No...…………………………………………………
Forfeiture of Bid Guarantee amount.

Dear Sirs,

Whereas you have furnished as a part of your proposal the Bid Guarantee in the form of irrevocable and
confirmed Letter of Credit No................................................................dated.....….................. opened by
………………………… .………………..for a sum of ...................................................................................
(Bank's name)
…………………………………………………….....................payable to .................................................Name
of the Employer) on demand without any reservation, demur or protest, contest and recourse
at....……………………………(Name and place of Bank).

In terms of the aforesaid Bid Guarantee, we do hereby forfeit the Guarantee amount.

For..................(Name of the Employer)

(AUTHORISED SIGNATORY)

N.B. The Letter of Credit should not stipulate any other proforma of notification different from this format.
No change whatsoever in the said proforma is acceptable to the Employer.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 4 of 62
3b. FORM OF SIGHT DRAFT

Drawn under L.C.


No.......................................................dated……….................................of......................................................
...................................................………………….............................................................................................
(Name of Bank that opened the L.C.)

At sight promptly pay to..................................................................................................................................


(Name of the Bank at which L.C. is negotiable)
or order sum of.................................................................................(for payment to the Employer) for value
received. (Amount of L.C.)

For...................(Name of the Employer)

(AUTHORISED SIGNATORY)

To,

(Name and Address of the Bank which opened L.C.)

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 5 of 62
4a. FORM OF NOTIFICATION OF AWARD OF CONTRACT' FOR
SUPPLY OF PLANT AND EQUIPMENT

NOTE: INSTRUCTIONS INDICATED IN ITALICS IN THIS NOTIFICATION OF AWARD ARE TO BE


TAKEN CARE OF BY THE ISSUING AUTHORITY.

Ref. No. :

Date :

…..(Contractor's Name & Address)…...

Attn : Mr..............

Sub : Notification of Award of Contract for Supply of....................................................... (Package Name)


........................... as per Specification No………………...

Dear Sir,

1.0 This has reference to the following:

(i) Our Invitation for Bids (IFB) No. ………………………....…...... dated …...............

(ii) Bidding Documents for the subject package issued to you vide our letter no. ………….
dated..................................comprising the following :

…………………... (List out all the Sections/Volumes of the Bidding Documents along with
Tender Drawings etc. as issued to the bidder) ..............................................

Errata/Amendment No.................... to.............................. (Name of Section/Volume of the Bidding


Documents to which Errata/Amendment pertains).................... issued to you vide our letter
no……………….... dated....................................

(Applicable only if any Errata/Amendment to the Bidding Documents has been issued
subsequently)

(iii) Clarifications furnished to you on the Bidding Documents vide our letter no......................dated
……based on the query raised by you/one of the prospective bidders. (Use as applicable)

(Applicable only if any clarification to the Bidding Documents has been issued subsequently)

(INCLUDE AS FURTHER SUB-PARAGRAPHS ANY OTHER CORRESPONDENCE MADE


TO THE BIDDER AFTER ISSUANCE OF BIDDING DOCUMENTS UP TO BID OPENING)

(iv) Your Proposal for the subject package submitted vide your letter No. ....…………………………….
dated.................................and its modification vide letter no………………dated ...........................
(Delete if not applicable).

(v) Our Fax message/letter No. …………………………...dated………................ regarding extension of


validity of bid and that of the Bank Guarantee towards Bid Security.

(Applicable only if any extension has been sought subsequently)

(INCLUDE AS FURTHER SUB-PARAGRAPHS ANY OTHER CORRESPONDENCE MADE TO

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 6 of 62
OR BY THE BIDDER AFTER BID OPENING)

(vi) Our Fax message/letter No.…………………….dated……………………………….. inviting you for


post bid discussions.

(vii) Post bid discussions and meetings we had with you from……………………………to
……………………….. resulting into the following Minutes of Meeting enclosed herein with this
Notification of award:

(a) Minutes of Meeting regarding Commercial issues (APPENDIX - ....)

(b) Minutes of Meeting on Technical issues (APPENDIX - ....)

(c) Minutes of Meeting regarding Work Schedule (APPENDIX - ....)

(d) Minutes of Meeting regarding Quality Assurance Aspects (APPENDIX- …...)

2.0 We confirm having accepted your proposal submitted vide letter no. ………………. dated
...............and its modification vide letter no……………..dated (Delete if not applicable) read in
conjunction with all the specifications, terms & conditions of the Bidding Documents, Your
subsequent letters (Use if relevant) and agreed Minutes of Meeting referred to in para 1.0 above
and award on you the Contract for the work of .........................……...(Indicate brief Scope of
Work).............................................................................of ………………………...(Name of
Package) ………………………... for ………………(Name of project) …………………..…as per
Specification No. : …………………..(hereinafter referred to as the 'First Contract').

3.0 We have also notified you vide our Notification of Award No........……….... dated ................ for
award of another Contract on you for the work of .................... (Indicate brief scope of work of
the Second Contract) …………… of the equipment/materials to be supplied by you under this
'First Contract' including Performance and Guarantee test for complete ..............…….(Name of
Package)......................... for ……………(Name of Project)………........... as per Specification
No…………….(hereinafter referred to as the 'Second Contract').
You shall also be fully responsible for the works to be executed under the 'Second Contract' and it
is expressly understood and agreed by you that any breach under the 'Second Contract' shall
automatically be deemed as a breach of this 'First Contract' and vice-versa and any such breach
or occurrence or default giving us a right to terminate the 'Second Contract' and/or recover
damages thereunder, shall give us an absolute right to terminate this Contract and/or recover
damages under this 'First Contract' as well and vice-versa. However, such breach or default or
occurrence in the 'Second Contract' shall not automatically relieve you of any of your
responsibility/obligations under this 'First Contract'. It is also expressly understood and agreed by
you that the equipment/materials to be supplied by you under this 'First Contract' when installed
and commissioned under the 'Second Contract' shall give satisfactory performance in accordance
with the provisions of the Contract.

4.0 The total Contract Price for the entire scope of work under the Contract shall be ……….(Specify
the amount and currency)................................ as per the following break up:

(i) Ex-manufacturing works/place ………………………………………………….


of despatch price (both in India)/ CIF/CIP port of entry price
(Use as Applicable)
for Main Equipment

(ii) Ex-manufacturing works/place …………………………………………………


of despatch price (both in India)/ CIF/CIP port of entry price
(Use as Applicable)

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 7 of 62
for Mandatory Spares

(iii) Type test charges ………………………………………………………………


(Delete if not applicable)

TOTAL (i + ii + iii)

(................. (Specify the total amount in words)…………………….)

5.0 You shall prepare and finalise the Contract Documents for signing of the formal Contract
Agreement and shall enter into the Contract Agreement with us, as per the proforma enclosed with
the Bidding Documents, on non-judicial stamp paper of appropriate value
within…………...(Specify)……….....days from the date of this Notification of Award.

6.0 This Notification of Award is being issued to you in duplicate. We request you to return its
duplicate copy duly signed and stamped on each page including all the enclosed Appendices, by
the authorised signatory of your company as a proof of your acknowledgement and confirmation.

Please take the necessary action to commence the work and confirm action.

Yours faithfully,
for and on behalf of
..(Name of the Employer)...

(Authorised Signatory)

Encl. : As above.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 8 of 62
4b. FORM OF 'NOTIFICATION OF AWARD OF CONTRACT' FOR
INSTALLATION OF PLANT AND EQUIPMENT

NOTE: INSTRUCTIONS INDICATED IN ITALICS IN THIS NOTIFICATION OF


AWARD ARE TO BE TAKEN CARE OF BY THE ISSUING AUTHORITY.

Ref. No. :

Date :

…(Contractor's Name & Address)...

Attn : Mr………………...

Sub : Notification of Award of Contract for Installation, testing and commissioning of ………. (Package
Name) ................. as per Specification No. …………………….

Dear Sir,

1.0 This has reference to the following:

(i) Our Invitation for Bids (IFB) No. ………………………... dated ..................

(ii) Bidding Documents for the subject package issued to you vide our letter no. ………...
dated............................... comprising the following :

……………………...(List out all the Sections/Volumes of the Bidding Documents along with Tender
Drawings etc. as issued to the bidder)....…………………………………………. Errata/Amendment
No..........… to..........................(Name of Section/Volume of the Bidding Documents to which
Errata/Amendment pertains) ………..issued to you vide our letter no. ……..... dated………….

(Applicable only if any Errata/Amendment to the Bidding Documents has been issued
subsequently)

(iii) Clarifications furnished to you on the Bidding Documents vide our letter no.….... dated ..................
based on the query raised by you/one of the prospective bidders (Use as applicable).

(Applicable only if any clarification to the Bidding Documents has been issued subsequently)

(INCLUDE AS FURTHER SUB-PARAGRAPHS ANY OTHER CORRESPONDENCE MADE TO


THE BIDDER AFTER ISSUANCE OF BIDDING DOCUMENTS UP TO BID OPENING)

(iv) Your Proposal for the subject package submitted vide your letter No. …………. dated………… and
its modification vide letter no. ………………….……..dated .............. (Delete if not applicable).

(v) Our Fax message/letter No. ………………….. dated....................... regarding extension of validity
of bid and that of the Bank Guarantee towards Bid Security.

(Applicable only if any extension has been sought subsequently)

(INCLUDE AS FURTHER SUB-PARAGRAPHS ANY OTHER CORRESPONDENCE MADE TO


OR BY THE BIDDER AFTER BID OPENING)
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 9 of 62
(vi) Our Fax message/letter No. …………….. dated ……………. inviting you for post bid discussions.

(vii) Post bid discussions and meetings we had with you from ..................to ………. resulting into the
following Minutes of Meeting enclosed herein with this Notification of Award:

(a) Minutes of Meeting regarding Commercial issues (APPENDIX - ....)

(b) Minutes of Meeting on Technical issues (APPENDIX - ....)

(c) Minutes of Meeting regarding Work Schedule (APPENDIX - ....)

(d) Minutes of Meeting regarding Quality Assurance Aspects (APPENDIX - …..)

2.0 We confirm having accepted your proposal submitted vide letter no. ……………..dated................
and its modification vide letter no. ……………..……...... dated …………………(Delete if not
applicable) read in conjunction with all the specifications, terms & conditions of the Bidding
Documents, Your subsequent letters (Use if relevant) and agreed Minutes of Meeting referred to in
para 1.0 above and award on you the Contract for the work of .............(Indicate brief Scope of
Work).................. of ……………………..…... (Name of Package) ...................... for
…………………….(Name of project)....……………………… as per Specification No.:
.............................................(hereinafter referred to as the 'Second Contract').

3.0 We have also notified you vide our Notification of Award No. .....…………………..
dated…………….... for award of another Contract on you for the work of ……………….. (Indicate
brief scope of work of the First Contract)………………………... of the equipment/ materials to be
supplied by you under the 'First Contract' including Performance and Guarantee Test for complete
………………..………....(Name of Package)............. for ……………..…....(Name of
Project) …....………..as per Specification No………………….(hereinafter referred to as the 'First
Contract'). You shall also be fully responsible for the works to be executed under the 'First
Contract' and it is expressly understood and agreed by you that any breach under the 'First
Contract' shall automatically be deemed as a breach of this 'Second Contract' and vice-versa and
any such breach or occurrence or default giving us a right to terminate the 'First Contract' and/or
recover damages there-under, shall give us an absolute right to terminate this Contract and/or
recover damages under this 'Second Contract' as well and vice-versa. However, such breach or
default or occurrence in the 'First Contract' shall not automatically relieve you of any of your
responsibility/obligations under this 'Second Contract'. It is also expressly understood and agreed
by you that the equipment/materials to be supplied by you under the 'First Contract' when erected
and commissioned under this 'Second Contract' shall give satisfactory performance in accordance
with the provisions of the Contract.

4.0 The total Contract Price for the entire scope of work under the Contract shall be …….....(Specify
the amount and currency)………… as per the following break up:

(i) Inland transportation and inland transit insurance charges including port clearance, port
handling and port charges (Delete if not applicable) for Main Equipment:
……………………………….

(ii) Inland transportation and inland transit insurance charges including port clearance, port
handling and port charges (Delete if not applicable) for Mandatory Spares:
……..……………………….

(iii) Unloading and handling at site, storage, erection, testing and commissioning including
performance testing and insurance covering all the activities:
………………………………………………..
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 10 of 62
TOTAL (i + ii + iii)

.....................................................................................................(Specify the total amount in words)

5.0 You shall prepare and finalize the Contract Documents for signing of the formal Contract
Agreement and shall enter into the Contract Agreement with us, as per the proforma enclosed with
the Bidding Documents, on non-judicial stamp paper of appropriate value within ……………..
...(Specify)……… ...days from the date of this Notification of Award.

6.0 This Notification of Award is being issued to you in duplicate. We request you to return its
duplicate copy duly signed and stamped on each page including all the enclosed Appendices, by
the authorized signatory of your company as a proof of your acknowledgement and confirmation.

Please take the necessary action to commence the work and confirm action.

Yours faithfully,
for and on behalf of

..(Name of the Employer)...

(Authorised Signatory)

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 11 of 62
5. FORM OF CONTRACT AGREEMENT

THIS CONTRACT AGREEMENT is made the ……………............... day of ............, 20………..

BETWEEN
(1) .................................................................a corporation incorporated under the laws
(Name of Employer)
of ..................................................................and having its principal place of business
(law of country of Employer)
at.....................................................(Address of Employer) (hereinafter called "the Employer")

and

(2) ..........................................................., a corporation incorporated under the laws of


(Name of Contractor)
…………………………………………….. and having its principal place of business
(Country of Contractor)
at ………………………………..… (Address of Contractor) (hereinafter called "the Contractor")

WHEREAS the Employer desires to engage the Contractor to design, manufacture, test, deliver, install,
complete and commission certain Facilities, viz.

……..........................................................................................("the Facilities") and the


(List of Facilities)
Contractor has agreed to such engagement upon and subject to the terms and conditions hereinafter
appearing.

NOW IT IS HEREBY AGREED as follows:

Article 1. Contract Documents

1.1 Contract Documents (Reference CC Clause 2)

The following documents shall constitute the Contract between the Employer and the Contractor,
and each shall be read and construed as an integral part of the Contract:

(1) This Contract Agreement and the Appendices hereto

(2) Notification of Award.

(3) Conditions of Contract

(4) Technical Specifications and Drawings

(5) The Bid and Price Schedules submitted by the Contractor

(6) Procedures (as listed)

(7) Any other documents shall be added here

1.2 Order of Precedence (Reference CC Clause 2)

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 12 of 62
In the event of any ambiguity or conflict between the Contract Documents listed above, the order
of precedence shall be the order in which the Contract Documents are listed in Article 1.1
(Contract Documents) above.

1.3 Definitions (Reference CC Clause 1)

1.3.1 Capitalized words and phrases used herein shall have the same meanings as are ascribed to
them in the Conditions of Contract.

Article 2. Contract Price and Terms of Payment

2.1 Contract Price (Reference CC Clause 11)

The Employer hereby agrees to pay to the Contractor the Contract Price in consideration of the
performance by the Contractor of its obligations hereunder. The Contract Price shall be the
aggregate of:
.…………………………………………………………..

.…………... …………………………………………….
(amount of Indian currency in words)

(.....…………...............................)
(amount in figures)

or such other sums as may be determined in accordance with the terms and conditions of the
Contract.

2.2 Terms of Payment (Reference CC Clause 12)

The terms and procedures of payment according to which the Employer will reimburse the
Contractor are given in Appendix 1 (Terms and Procedures of Payment) hereto.

Article 3. Effective Date for Determining Time for Completion

3.1 Effective Date (Reference CC Clause 1)

The Time of Completion of Facilities shall be determined from the date of the Notification of Award
provided all of the following conditions have been fulfilled within a period of two (2) months from
the date of said Notification of Award:

(a) This Contract Agreement has been duly executed for and on behalf of the Employer and the
Contractor;

(b) The Contractor has submitted to the Employer the Performance Security and the Advance
Payment Guarantee;

(c) The Employer has paid the Contractor the Advance Payment.

Each party shall use its best efforts to fulfill the above conditions for which it is responsible as soon
as practicable.
3.2 If the Conditions listed under 3.1 are not fulfilled within two (2) months from date of Notification of
Award because of reasons attributable to the Employer, the contract would become effective only
from the date of fulfillment of the above conditions and, the parties shall discuss and agree on an
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 13 of 62
equitable adjustment to the Contract Price and the time for completion and/or other relevant
conditions of the Contract. The Contractor shall not however, benefit (in reckoning the Time for
Completion) on account of its delay in providing the Performance Security or the Bank Guarantee
for advance payment beyond the period provided in the Contract.

Article 4. It is expressly understood and agreed by and between the Contractor and the Employer that the
Employer is entering into this Agreement solely on its own behalf and not on behalf of any other
person or entity. In particular it is expressly understood and agreed that the Government of India
(GoI) is not a party to this Agreement and has no liabilities, obligations or rights hereunder. It is
expressly understood and agreed that the Employer is an independent legal entity with power and
authority to enter into contracts solely on its own behalf under the applicable laws of India and the
general principals of Contract Law.

The Contractor expressly agrees, acknowledges and understands that the Employer is not an
Agent, Representative or Delegate of the GoI. It is further understood and agreed that the GoI is
not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising
out of the Contract. Accordingly, the Contractor expressly waives, releases and foregoes any and
all actions or claims, including cross claims, impleader claims or counter claims against the GoI
arising out of this Contract and covenants not to sue the GoI as to any manner, claim, cause of
action or thing whatsoever arising of or under this Agreement.

Article 5. Appendices

The Appendices listed in the attached List of Appendices shall be deemed to form an integral part
of this Contract Agreement.

Reference in the Contract to any Appendix shall mean the Appendices attached hereto, and the
Contract shall be read and construed accordingly.

Article 7. Notwithstanding the award of contract under two/three separate contracts, any breach under one
contract shall be deemed to be a breach of the other contract(s).

IN WITNESS WHEREOF the Employer and the Contractor have caused this Agreement to be duly
executed by their duly authorized representatives the day and year first above written.

Signed by for and Signed by for and

on behalf of the Employer on behalf of the Contractor

Signature Signature

Title Title

in the presence of in the presence of


_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 14 of 62
CONTRACT AGREEMENT
dated the ................................................. day of ………………….... 20.....

BETWEEN

("the Employer")

and

("the Contractor")

(Separate Contract Agreements shall be executed by the Employer and the Contractor in accordance with
the Construction of the Contract stipulated at clause 28.4 of ITB. The forms of Contract would be similar
except for necessary changes required to suit the individual Contracts).

APPENDICES

Appendix 1 Terms and Procedures of Payment


Appendix 2 Price Adjustment
Appendix 3 Insurance Requirements
Appendix 4 Time Schedule
Appendix 5 List of Approved Subcontractors
Appendix 6 Scope of Works and Supply by the Employer
Appendix 7 List of Document for Approval or Review
Appendix 8 Functional Guarantees
Appendix 9 Integrity Pact (to be appended at the Stage of Contract Award.)

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 15 of 62
APPENDIX 1

TERMS AND PROCEDURES OF PAYMENT

In accordance with the provisions of CC Clause 12 (Terms of Payment), the Employer shall pay
the Contractor in the following manner and at the following times, on the basis of the Price Break-up given
in the section on price schedules. Payments will be made in the currencies quoted by the Bidder
unless otherwise agreed between the parties. The Contractor may make applications for payment in
respect of part deliveries as work proceeds

1. TERMS OF PAYMENT

1.1 All the payments to Foreign (non-resident) Contractors will be subject to Foreign Exchange
Management Act 1999 (FEMA) and other statutory requirements viz. IT Act, RBI Guidelines
etc. and subject to fulfilling conditions as per NIT.
.

Supply Portion

1.2 Advance Payment: 10% (Ten percent) of the CIF / Ex-works price component (inclusive of
mandatory spares) of the Contract price shall be paid as * interest bearing advance after signing
the Contract Agreement and on submission of:
i) unconditional acknowledgement of LOA by the contractor
ii) Contractor’s detailed invoice
iii) Unconditional and irrevocable Advance Bank Guarantee** for 110% of the advance
amount.
iv) Performance Security
v) Detailed BAR CHART and its approval by DTL.

Note:

* This payment is an optional payment. The Contractor has the option of taking the interest bearing
initial advance or otherwise. In case, the Contractor opts for this interest bearing initial advance,
the same shall be paid to the Contractor on fulfillment of above conditions and an interest on
monthly outstanding amount will be charged at the rate of SBI PLR +1% per annum at the time of
disbursement of advance. The monthly outstanding amount for the purpose of calculating the
interest shall be worked out at the end of each calendar month considering proportionate
adjustment of advance against dispatch payment. In case, the Contractor opts not to take interest
bearing advance as above, it would be mandatory for him to submit the documents listed at Sl.
No.(i), (iv) and (v) above within thirty (30)days of issuance of LOA.

** In case the Contract is awarded to a Joint venture/ Consortium, the Advance Bank Guarantee
shall be in the name of the Joint venture/ Consortium covering all partners of the Joint
Venture/Consortium and not in the name of the lead partner or any partner(s) of the Joint
Venture/Consortium alone.

The bank guarantee(s) for advance shall be kept valid upto the date of completion and be kept
alive till the recovery of the full amount of the advance with interest portion.

1.3 Progressive Payment

##
1.3.1 Fifty percent (50%) of the CIF / Ex-works price component (inclusive of mandatory spares) of
each item (as identified in the price schedule) shipped shall be paid through irrevocable Letter of
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 16 of 62
Credit (L/C) established in favour of the Contractor and on submission of documents specified in
CC Clause 21.0 (shipping Documents).
##
In case, the Contractor opts not to take interest bearing initial advance then this payment shall
be 60% instead of 50%.

Further Twenty five percent (25%) of the CIF / Ex-Works price (exclusive of mandatory spares) of
each item shipped shall be paid after receipt and storage of material at site and on physical
verification by the Employer. For mandatory spares, balance Forty percent (40%) of the CIF / Ex-
Works Price of each item shipped shall be paid after receipt and storage of material at site and on
physical verification by the Employer.

1.4 Final Payment

The final fifteen percent (15%) of the CIF / Ex-Works price component (exclusive of mandatory
spares) of the equipment shall be paid on successful completion of erection, testing and
commissioning, issuance of Operational Acceptance Certificate and proof of submission of the
required no. of reproducible, O&M manuals, approved drawings, data sheets, test reports,
pamphlets and manual of spares, maintenance & testing equipment etc.

1.5 Price Component for Installation (including Civil Works) and Services

(a) Advance

Ten percent (10%) of the total Contract Price for services viz. installation (including civil works)
component except inland transportation (including port handling) & inland insurance shall be paid
as α interest bearing initial advance on establishment of Contractor’s Site office and submission of
a bank guarantee* of 110% of the advance amount valid upto the date of completion and be kept
alive till the recovery of the full amount of the advance with interest portion.

*This payment is an optional payment. The Contractor has the option of taking the interest bearing
advance or otherwise.

In case, the Contractor opts for this interest bearing advance, the same shall be paid to the
Contractor on fulfillment of above conditions and an interest on monthly outstanding amount will
be charged at the rate of SBI PLR +1% per annum at the time of disbursement of advance. The
monthly outstanding amount for the purpose of calculating the interest shall be worked out at the
end of each calendar month against the progressive payment for the work done.

In case the Contractor opts not to take interest bearing advance as above, it would be mandatory
for him to submit the document listed at Cl. 1.2 (i),(iv) and (v) above within 30 days of issuance of
LOA.

**In case the Contract is awarded to a Joint Venture/Consortium, the Advance Bank Guarantee
shall be in the name of the Joint Venture/Consortium covering all partners of the Joint
Venture/Consortium and not in the name of the lead partner or any partner(s) of the Joint
Venture/Consortium alone.

(b) Progressive Payment

(i) Ninety percent (90%) of the total installation (including civil works) component of the
Contract price (In case the contractor opts not to take interest bearing advance as above)
or Eighty percent (80%) of the total installation (including civil works) component of the
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 17 of 62
Contract price (In case the contractor opts to take interest bearing advance as above)
shall be paid progressively monthly on pro-rata basis on certification by Employer’s
representative, on certificate for the quantum of work done and on the successful
completion of quality check point involved in erection.

(ii) The balance ten percent (10%) of the total installation (including civil works) price
components of contracts price shall be paid on commissioning and issuance of
Operational Acceptance Certificate.

(iii) Hundred percent (100%) of inland transportation (including port handling) and inland
insurance charges shall be paid to the Contractor pro-rata to the value of the equipment
received at site and on production of invoices by the Contractor. The aggregate of all such
pro-rata payments shall, however, not exceed the total amount quoted by the bidder in his
proposal and incorporated in the Contract.

1.6 Taxes & Duties

Taxes & Duties in respect of transaction between Employer and the Contractor as applicable for
destination site/state on all items of supply including bought-out finished items (as identified in the
Contract), which shall be dispatched directly from the sub-vendor’s works to the Employer’s site
will be paid after each shipment against documentary evidence. This payment shall be released by
Employer directly to the Contractor against invoices to be submitted by the Contractor.

1.7 Type Test Charges (Not applicable)

1.8 Training Charges (Not Applicable)

2. PAYMENT PROCEDURES

2.1 Method of Payment

All the payments to the contractor shall be made by DTL in equivalent foreign currency
opted, as per exchange rate as on the date of payment.

The Employer shall make payments promptly within thirty (30) days of submission of an
invoice/claim by the Contractor. All the payment shall be released to the Contractor directly except
the payment due on shipment, which shall be paid through irrevocable confirmed Letter of Credit.
The Letter of Credit shall be established by the Employer in time for shipments to be made as
scheduled.
Note: Pro-rata shall refer to functionally complete part(s) of the facilities, for which unit rates are
identified in the contract.

[The following shall be applicable in case a foreign contractor has opted for payment in
foreign currency]

The payment of imported Equipments offered, by an Foreign Contractor, on CIF basis may
be made in equivalent currency chosen by the Contractor, using the Bills Clearing (B.C.)
Selling Market Rate of Exchange (MRE) established by State Bank of India (SBI), India on
the date of release of payment (s).

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 18 of 62
APPENDIX 2

PRICE ADJUSTMENT

The prices are to remain FIRM and FIXED for the duration of the Contract except for Civil Works.

Price adjustment for Civil Works

The cost of Civil Works as per approved indices of CPWD shall be calculated due to increase/decrease in
price of cement and steel reinforcement bars after receipt of tender as given below:

CLAUSE: PAYMENT DUE TO INCREASE/DECREASE IN PRICES OF CEMENT AND STEEL


REINFORCEMENT BARS AFTER RECEIPT OF TENDER.

If after submission of the tender, the price of cement and/or steel reinforcement bars incorporated in the
works (not being a material supplied from the Engineer-in Charge’s stores in accordance with relevant
contract clause thereof) increase(s) beyond the price(s) prevailing at the time of the last stipulated date for
receipt of tenders (including extensions, if any) for the work, then the amount of the contract shall
accordingly be varied and provided further that any such increase shall not be payable if such increase has
become operative after the stipulated date of completion of work in question.

If after submission of the tender, the prices of cement and/or steel reinforcement bars incorporated in the
works (not being a material stipulated from the Engineers-in-Charge’s stores in accordance with the
relevant contract clause thereof) is decreased. DTL shall in respect of these materials incorporated in the
works ( not being materials supplied from the Engineers-in-Charge’s stores in accordance with the relevant
contract clause thereof) be entitled to deduct from the dues of the contractor such amount as shall be
equivalent to the difference between the prices of cement and/or steel reinforcement bars as prevailed at
the time of last stipulated date for receipt of tenders including extensions if any for the work and the prices
of these materials on the coming into force of such base price of cement and/or steel reinforcement bars
issued under authority of Director General (Works) CPWD.

The increase/decrease in prices shall be determined by the All India Wholesale Price Indices for Cement
and Steel (bars and rods) as published by Economic Advisor to Government of India, Ministry of
Commerce and Industry and base price for cement and/or steel reinforcement bars as issued under
authority of Director General (Works), CPWD as valid on the last stipulated date of receipt of tender,
including extension if any and for the period under consideration.

The amount of the contract shall accordingly be varied for cement and/or steel reinforcement bars and
will be worked out as per the formula given below:

a) Adjustment for component of ‘Cement’

CI - CIo
Vc = Pc x Qc x --------------
CIo

Where,

Vc = Variation in cement cost i.e. increase or decrease in the amount in rupees to be paid or
recovered.

Pc = Base price of cement as issued under authority of DG(W), CPWD valid at the time of the
last stipulated date of receipt of tender including extensions, if any.

Qc = Quantity of cement used in the works since previous bill.

CIo = All India Wholesale Price Index for cement as published by the Economic Advisor to
Government of India, Ministry of Industry and Commerce & issued by DG (W) CPWD as
valid on the last stipulated date of receipt of tenders including extensions, if any.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 19 of 62
CI = All India Wholesale Price Index for cement for period under consideration as published by
Economic advisor to Government of India, Ministry of Industry and Commerce & issued by
DG (W) CPWD.

b) Adjustment for component of ‘Steel’

SI - SIo
Vs = Ps x Qs x --------------
SIo

Where,

Vs = Variation in cost of steel reinforcement bars i.e. increase or decrease in the amount in
rupees to be paid or recovered.

Ps = Base price of steel reinforcement bars as issued under authority of DG(W), CPWD at the
time of the last stipulated date of receipt of tender including extensions, if any.

Qs = Quantity of steel paid either by way of secured advance or used in the works since
previous bill (whichever is earlier)

SIo = All India Wholesale Price Index for Steel (bars & rods) for the period under consideration
as published by Economic Advisor to Government of India, Ministry of Industry and
Commerce & issued by DG (W) CPWD as valid on the last stipulated date of receipt of
tenders including extensions, if any.

SI = All India Wholesale Price Index for steel (bars & rods) for the period under consideration
as published by Economic advisor to Government of India, Ministry of Industry and
Commerce & issued by DG (W) CPWD.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 20 of 62
APPENDIX 3

INSURANCE REQUIREMENTS

Insurances to be taken out by the Contractor

In accordance with the provisions of CC Clause 34, the Contractor shall at its expense take out and
maintain in effect, or cause to be taken out and maintained in effect, during the performance of the
Contract, the insurances set forth below in the sums and with the deductibles and other conditions
specified. The identity of the insurers and the form of the policies shall be subject to the approval of the
Employer, such approval not to be unreasonably withheld.

(a) Cargo Insurance

covering loss or damage occurring, whilst in transit from the Contractor's or manufacturer's works
or stores until arrival at the Site, to the Facilities (including spare parts therefore) and to the
Construction Equipment to be provided by the Contractor or its Subcontractors.

Amount Deductible limits Parties Insured From To

120% of the (CIF NIL Contractor & Warehouse Warehouse


value) Employer + 60 days

(b) Installation All Risks Insurance

covering physical loss or damage to the Facilities at the Site, occurring prior to Completion of the
Facilities, with an extended maintenance coverage for the Contractor's liability in respect of any
loss or damage occurring during the Defect Liability Period while the Contractor is on the Site for
the purpose of performing its obligations during the Defect Liability Period.

Amount Deductible limits Parties Insured From To

105% of the NIL Contractor/ Receipt Upto Defect


(Contract Price) Sub-contractor at site Liability period
& Employer

(c) Third Party Liability Insurance

covering bodily injury or death suffered by third parties (including the Employer's personnel) and
loss of or damage to property (including the Employer's property and any parts of the Facilities
which have been accepted by the Employer) occurring in connection with the supply and
installation of the Facilities.
Amount Deductible limits Parties Insured From To
Rs. 0.5 million NIL Contractor/ Commencement Upto Defect
per person Sub-contractor of work Liability
per occasion period

(d) Automobile Liability Insurance

covering use of all vehicles used by the Contractor or its Subcontractors (whether or not owned by
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 21 of 62
them) in connection with the supply and installation of the Facilities. Comprehensive insurance in
accordance with statutory requirements.

(e) Worker's Compensation

in accordance with the statutory requirements applicable in any country where the Facilities or any
part thereof is executed.

(f) Employer's Liability

in accordance with the statutory requirements applicable in any country where the Facilities or any
part thereof is executed.

(g) Other Insurances

The Contractor is also required to take out and maintain at its own cost the following insurances:

Amount Deductible limits Parties Insured From To


NIL Contractor/ Receipt Upto Defect
Sub-contractor at site Liability
& Employer period

The Employer shall be named as co-insured under all insurance policies taken out by the
Contractor pursuant to CC Sub-Clause 34.1 above except for the Third Party Liability, Worker's
Compensation and Employer's Liability Insurances, and the Contractor's Subcontractors shall be
named as co-insured under all insurance policies taken out by the Contractor pursuant to CC Sub
Clause 34.1 above except for the Cargo, Worker's Compensation and Employer's Liability
Insurances, and all insurer's rights of subrogation against such co-insured for losses or claims
arising out of the performance of the Contract shall be waived under such policies.

Insurances to be taken out by the Employer

The Employer shall at its expense take out and maintain in effect during the performance of the
Contract the following insurances.
Details:...

Amount Deductible limits Parties Insured From To

-------------- NIL--------------------------

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 22 of 62
APPENDIX 4

TIME SCHEDULE

1. The Project Completion Schedule shall be as follows :

Sl. No. Activities Duration in months


from the effective
date of Contract

Taking Over by the employer upon successful completion of

Design, Engineering, Manufacturing, Supply, Erection, Testing As Per SCC


1.
& Commissioning of 220/33 kV GIS Sub-Station with complete
civil works & automation at Rajghat Power House New Delhi
(India) on Turnkey Basis.

1.1 The bidder shall include in his proposal his programme for furnishing and installation of the
equipment including related civil work covered under this package. The programme shall be in
the form of a master network plan (MNW) and shall identify the various activities like design,
engineering, manufacturing, supply, installation, factory testing, transportation to site, site testing
and commissioning guarantee test and operational acceptance etc. of the entire project work.
The network plan shall confirm to the above completion schedule. No credit will be given for
earlier completion.

This master network will be discussed and agreed before Award in line with above, engineering
drawing and data submission schedule shall also be discussed and finalized before Award.
Liquidated damages for delay in successful completion of taking over at rates specified in
Clause 26.2 of CC shall be applicable beyond the date specified above.

1.2 The employer reserves the right to request minor changes in the work schedule at the time of
Award of Contracts to the successful Bidder.

1.3 The successful Bidder shall be required to prepare detailed Network(s) and project
implementation plans & programmes and finalize the same with the Employer as per the
requirement specified in Technical Specifications, which shall from a part of the Contract.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 23 of 62
APPENDIX 5

LIST OF APPROVED SUBCONTRACTORS

Prior to award of Contract, the following details shall be completed indicating those sub-contractors
proposed by the Bidder by Attachment to its bid that are approved by the Employer for engagement by the
Contractor during the performance of the contract.

The following Subcontractors are approved for carrying out the item of the facilities indicated. Where more
than one Subcontractor is listed, the Contractor is free to choose between them, but it must notify the
Employer of its choice in good time prior to appointing any selected Subcontractor. In accordance with CC
Sub-Clause 19.1, the Contractor is free to submit proposals for Subcontractors for additional items from
time to time. No Subcontractors shall be placed with any such Subcontractors for additional items until the
Subcontractors have been approved in writing by the Employer and their names have been added to this
list of Approved Subcontractors.

Item of Facilities Approved Subcontractors Nationality

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 24 of 62
APPENDIX 6

SCOPE OF WORKS AND SUPPLY BY THE EMPLOYER

The following personnel, facilities, works and supplies will be provided/ supplied by the Employer, and the
provisions of CC 10, 20, 21 and 24 as well as Employer responsibilities stated in technical specifications
shall apply as appropriate.

All personnel, facilities, works and supplies will be provided by the Employer in good time so as not to
delay the performance of the Contractor in accordance with the approved Time Schedule and Program of
Performance pursuant to CC Sub-Clause 18.2.

Unless otherwise indicated, all personnel, facilities, works and supplies will be provided free of charge to
the Contractor.

Personnel Charge to Contractor - None

NIL

Facilities Charge to Contractor - None except as noted

1. Permission will be arranged by the Employer for full site and facilities access as required for site
surveys and for the installation, connection and testing of complete equipment and systems. Such
permission shall be requested by the Contractor one month prior to the Scheduled need for such
access, consistent with the Contractors "Project Implementation Plan", Subsequent to approval of
such "Plan" by Employer.

Electricity and Water Charge to Contractor - as noted

The Contractor shall be entitled to use for the purposes of the facilities such supplies of electricity and
water as may be available on the Site and shall provide any apparatus necessary for such use. The
Contractor shall pay the Employer at the applicable tariff plus Employer's overheads, if any, for such use.
Where such supplies are not available, the Contractor shall make his own arrangement for provision of
any supplies he may require.

Data and Information Charge to Contractor - None

Employer will provide all the information and the engineering drawings, schematic diagrams and interface
data for all Employer specified equipment to the available with the Employer.

Works Charge to Contractor - None


--------------------------------------------------NIL------------------------------------------------

Supplies Charge to Contractor - None

-----------------------------------------------NIL---------------------------------------------------

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 25 of 62
APPENDIX - 7

LIST OF DOCUMENTS FOR APPROVAL OR REVIEW

Pursuant to CC Sub-Clause 20.3.1, the Contractor shall prepare, or cause its Subcontractor to prepare,
and present to the Project Manager in accordance with the requirements of CC Sub-Clause 18.2 (Program
of Performance), the following documents for:

A. Approval

1.

2.

3.

B. Review

1.

2.

3.

Note :

Bidder shall furnish the exhaustive list, which shall be discussed and finalized for incorporation into the
Contract Agreement.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 26 of 62
APPENDIX – 8

FUNCTIONAL GUARANTEES

GUARANTEES, LIQUIDATED DAMAGES FOR NON PERFORMANCE

1. The equipment offered shall meet the rating and performance requirements stipulated in Technical
Specification for various equipment or indicated in Data requirement.

2. The ratings and performance figures of L.T Transformers furnished by us are guaranteed. We
further declare that in the event of any deficiencies in meeting the guarantees in respect of the
characteristics mentioned below as established after conducting the factory test, you may at your
discretion, reject or accept the equipment after assessing the liquidated damages as specified in
relevant clause of Bid Documents.

Equipment Guaranteed Losses at rated output (KW) per unit

Copper Loss Iron Loss at rated Cooler loss at rated


At 75° C voltage and frequency voltage and frequency
400 KVA L.T.
Transformer
(170kVp BIL)
400 KVA L.T.
Transformer
(75kVp BIL)

3. If the guarantees are not established at factory test in case of L.T Transformer then the Employer
at his discretion may reject or accept the equipment after assessing the liquidated damages as per
table below against the Contract and such amounts shall be deducted from the Contract Price or
otherwise recovered from the Contractor.

4. In case of L.T Transformer the measured loss for equipment shall be corrected in accordance with
IEC-289 & IEC-76 for the purpose of comparison of guaranteed losses with measured losses for
levy of liquidated damages. However, the equipment under no circumstances shall be accepted if
the measured losses are more than +15 percent of the guaranteed losses at rated voltage quoted
by the bidders.

5. The factors and the respective Indian Rupees Value per unit of differential loss over and above the
guaranteed for the purpose of calculation of liquated damages for non-performances shall be as
stipulated below :

Equipment Parameter to be taken for applying Value of F on Indian Rupees per


differential price Factor (F) unit of parameter Differential per
KW
L.T Transformer Differential Copper Loss (KW) @ Rs.69900/-

@ Rs.171300/-
Differential Iron Loss (KW)

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 27 of 62
6. PERFORMANCE SECURITY FORM
(For Bidder)
Bank Guarantee – Unconditional

Bank Guarantee No………………….. Date……………

Contract No…………………..
…………….[Name of Contract]………………

To: [Name and address of the Employer]

Dear Ladies and / or Gentlemen,

We refer to the Contract (“the Contract”) signed on…………………………….…… …..…… (insert date of
contract)…………..….between DELHI TRANSCO LIMITED and
M/s.…………………….…………………….(Name of Contractor)……….. a Company incorporated under
......................... having its Registered Office at ...................................................... (hereinafter referred to
as "the Contractor"), concerning ………….. (indicate brief scope of wok) for the complete execution of the
……………… (insert name of the package along with name of the Project).

By this letter we, the undersigned, ……………… (insert address of issuing bank)
…………..…………………a Bank (or Company) organized under the laws of …………………………..and
having its registered/ Head office at ……………………(insert address of registered office of the bank)
……..…………………………do hereby jointly and Severally with the Contractor Price irrevocably
guarantee payment to you up to ten percent(10%) of the Contract Price including all taxes and duties until
sixty (60) days beyond the Defect Liability Period.

We undertake to make payment under this Letter of Guarantee upon receipt by us of your first written
demand signed by your duly authorized officer declaring the Contractor to be in default under the Contract
and without cavil or argument any sum or sums within the above named limits, without your need to prove
or show grounds or reasons for demand and without the right of the Contractor to dispute or question such
demand.

Our liability under this Letter of Guarantee shall be to pay to you whichever is the lesser of the sum so
requested or the amount then guaranteed hereunder in respect of any demand duly made hereunder prior
to expiry of the Letter of Guarantee, without being entitled to inquire whether or not this payment is lawfully
demanded.

This letter of Guarantee shall be valid from the date of issue until sixty (60) days beyond the Defect
Liability Period of the Facilities i.e. upto and inclusive of ………………………………………(year, month
and date.)

Except for the documents herein specified, no other documents or other action shall be required,
notwithstanding any applicable law or regulation.

If the Defect Liability Period is extended with respect to any part of the Facilities in accordance with the
Contract, the validity of this letter or Guarantee shall be extended with respect to ten percent (10%) of the
Contract Price including all taxes and duties of that part until expiry of 60 days beyond such extended
Defect Liability Period.

Our liability under this letter of Guarantee shall become null and void immediately upon its expiry, whether
it is returned or not, and no claim may be made hereunder after such expiry or after the aggregate of the
sums paid by us to you shall equal the sums guaranteed hereunder, whichever is the earlier.

All notice to be given under shall be given by registered (airmail) posts to the addressee at the address
herein set out or as otherwise advised by and between the parties hereto.

We hereby agree that any part of the Contract may be amended, renewed, extended, modified,
compromised, released or discharged by mutual agreement between you and the Contractor, and this
security may be exchanged or surrendered without in any way impairing or affecting our liabilities
hereunder without notices to us and without the necessity for any additional endorsement, consent or
guarantee by us, provided, however, that the sum guaranteed shall not be in increased or deceased.
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 28 of 62
No action, event or condition which by any applicable law should operate to discharge us from liability
hereunder shall have any effect and we hereby waive any right we may have to apply such law so that in
all respects our liability hereunder shall be irrevocable and, except as stated herein, unconditional in all
respects.

For and on behalf of the Bank

[Signature of the authorised signatory(ies)]


Signature_______________________
Name_______________________
Designation_______________________
POA Number_______________________
Contact Number(s): Tel.______________ Mobile______________
Fax Number_______________________
email ____________________________
Common Seal of the Bank______________________
Witness:
Signature_______________________
Name_______________________
Address______________________________
Contact Number(s): Tel.______________ Mobile______________
email ____________________________

Note:

1. The non-judicial stamp papers of appropriate value shall be purchased in the name of Bank who
issues the ‘Bank Guarantee’.

2. The Bank Guarantee shall be signed on all the pages by the Bank Authorities indicating their POA
nos. and should invariably be witnessed.

3. Performance Security is to be provided by the successful bidder in the form of a bank guarantee
which should be issued either:

(a) by a reputed bank located in the country of Employer and acceptable to the Employer, or

(b) by a foreign bank confirmed by either its correspondent bank located in the country of
Employer which should be reputed and acceptable to the Employer, or

(c) by a Public Sector Bank in the country of Employer.

All banks shall be nationalized and scheduled banks operating in India.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 29 of 62
6A. PERFORMANCE SECURITY FORM
(Form For bidder in case of Collaborator/Parent Company/Principals)

Bank Guarantee – Unconditional

Bank Guarantee No………………….. Date……………

Contract No…………………..
…………….[Name of Contract]………………

To: [Name and address of the Employer]

Dear Ladies and / or Gentlemen,

We refer to the Contract (“the Contract”) signed on…………………………….…… …..…… (insert date of
contract)…………..….between DELHI TRANSCO LIMITED and
M/s.…………………….…………………….(Name of Contractor)……….. a Company incorporated under
......................... having its Registered Office at ...................................................... (hereinafter referred to
as "the Contractor"), concerning ………….. (indicate brief scope of wok) for the complete execution of the
……………… (insert name of the package along with name of the Project).

Whereas, the Contractor has agreed to supply the ____@____ in collaboration with M/s .................
(Name of Parent Company / Collaborator / Principal) .................., having its Principal place of business at
……….... (Address of Parent Company / Collaborator / Principal) ............................... and Registered
Office at ………....(Registered address of Parent Company / Collaborator / Principal)
.................................... (hereinafter referred to as the “Parent Company” / “Collaborator” / “Principal”), as a
pre-requisite for qualification of the Bidder/Contractor and have submitted a Deed of Joint Undertaking
declaring that they are jointly and severally bound and responsible for ensuring a valid technology transfer
agreement including license to manufacture in India, between the Parent Company / Collaborator /
Principal (the technology provider) and the Contractor for the successful performance of the said
equipment in accordance with the Contract Specifications and that the Bidder/Contractor and /or
manufacturer having agreed to furnish a Contract Performance Guarantee for the faithful
performance/compliance of the Deed of Undertaking equivalent to (10%) ten per cent of the cost of
____@____ to be supplied by the Contractor under the Contract, in addition to Contract Performance
Guarantee equivalent to 10% (ten per cent) of the value of the Contract to be provided by the Contractor
for the faithful performance of the entire Contract.

By this letter we, the undersigned, ……………… (insert name and address of issuing bank)
…………..…………………a Bank (or Company) organized under the laws of …………………………..and
having its registered/ Head office at ……………………(insert address of registered office of the bank)
……..…………………………do hereby jointly and Severally with the Contractor Price irrevocably
guarantee payment to you up to ……(amount) … …. i.e. ten percent (10%) of the …….@...... price
including taxes and duties until sixty (60) days beyond the Defect Liability Period.

We undertake to make payment under this Letter of Guarantee upon receipt by us of your first written
demand signed by your duly authorized officer declaring the Contractor to be in default under the Contract
and without cavil or argument any sum or sums within the above named limits, without your need to prove
or show grounds or reasons for your demand and without the right of the Contractor to dispute or question
such demand.

Our liability under this Letter of Guarantee shall be to pay to you whichever is the lesser of the sum so
requested or the amount then guaranteed hereunder in respect of any demand duly made hereunder prior
to expiry of the Letter of Guarantee, without being entitled to inquire whether or not this payment is lawfully
demanded.

This letter of Guarantee shall remain in full force and shall be valid from the date of issue until sixty (60)
days beyond the Defect Liability Period of the said equipment i.e. upto and inclusive of
…………………………………… (year, month and date).

Except for the documents herein specified, no other documents or other action shall be required,
notwithstanding any applicable law or regulation.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 30 of 62
If the Defect Liability Period is extended with respect to any part of the said equipment(s) in accordance
with the Contract, the validity of this letter of Guarantee shall be extended with respect to ten percent
(10%) of the …….@...... price including taxes and duties of that part until expiry of 60 days beyond such
extended Defect Liability Period.

Our liability under this letter of Guarantee shall become null and void immediately upon its expiry, whether
it is returned or not, and no claim may be made hereunder after such expiry or after the aggregate of the
sums paid by us to you shall equal the sums guaranteed hereunder, whichever is the earlier.

All notice to be given under shall be given by registered (airmail) posts to the addressee at the address
herein set out or as otherwise advised by and between the parties hereto.

We hereby agree that any part of the Contract may be amended, renewed, extended, modified,
compromised, released or discharged by mutual agreement between you and the Contractor, and this
security may be exchanged or surrendered without in any way impairing or affecting our liabilities
hereunder without notices to us and without the necessity for any additional endorsement, consent or
guarantee by us, provided, however, that the sum guaranteed shall not be increased or decreased.

No action, event or condition which by any applicable law should operate to discharge us from liability
hereunder shall have any effect and we hereby waive any right we may have to apply such law so that in
all respects our liability hereunder shall be irrevocable and, except as stated herein, unconditional in all
respects.

For and on behalf of the Bank

[Signature of the authorised signatory(ies)]


Signature_______________________
Name_______________________
Designation_______________________
POA Number_______________________
Contact Number(s): Tel.______________Mobile______________
Fax Number_______________________
email ____________________________
Common Seal of the Bank______________________
Witness:
Signature_______________________
Name_______________________
Address______________________________
Contact Number(s): Tel.______________Mobile______________
email ____________________________

Note:
1. The non-judicial stamp papers of appropriate value shall be purchased in the name of Bank who
issues the ‘Bank Guarantee’.
2. The Bank Guarantee shall be signed on all the pages by the Bank Authorities indicating their POA
nos. and should invariably be witnessed.
3. @ Insert name of the Equipment viz., 220kV GIS
4. This additional performance security is to be provided by the successful bidder, in the form of a
bank guarantee which should be issued either:
(a) by a reputed bank located in the country of Employer and acceptable to the Employer, or
(b) by a foreign bank confirmed by either its correspondent bank located in the country of
Employer which should be reputed and acceptable to the Employer, or
(c) by a Public Sector Bank in the country of Employer.

All banks shall be nationalized and scheduled banks operating in India.


_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 31 of 62
6B. PERFORMANCE SECURITY
(Form for Bidder who submit the bid as Erector)

Bank Guarantee – Unconditional

Bank Guarantee No……………. Date…………………………..

Contract No…………………..
………………….[Name of Contract]…………………….

To: [Name and address of the Employer]

Dear Ladies and / or Gentlemen,

We refer to the Contract (“the Contract”) signed on…………………………….…… …..…… (insert date of
contract)…………..….between DELHI TRANSCO LIMITED and
M/s.…………………….…………………….(Name of Contractor)……….. a Company incorporated under
......................... having its Registered Office at ...................................................... (hereinafter referred to
as "the Contractor"), concerning ………….. (indicate brief scope of wok) for the complete execution of the
……………… (insert name of the package along with name of the Project).

Whereas, the Contractor has agreed to supply the ____@____ from M/s ................. (Name of
Manufacturer) .................., having its Principal place of business at ……….... (Address of Manufacturer)
............................... and Registered Office at ………....(Registered address of Manufacturer)
.................................... (hereinafter referred to as the “Manufacturer”), as a pre-requisite for qualification of
the Bidder/Contractor and that the Bidder/Contractor having agreed to furnish a Contract Performance
Guarantee for the faithful performance/compliance of the said equipment(s) equivalent to (10%) ten per
cent of the cost of ____@____ to be supplied by the Contractor under the Contract, in addition to Contract
Performance Guarantee equivalent to 10% (ten per cent) of the value of the Contract to be provided by the
Contractor for the faithful performance of the entire Contract.

By this letter we, the undersigned, ……………… (insert name and address of issuing bank)
…………..…………………a Bank (or Company) organized under the laws of …………………………..and
having its registered/ Head office at ……………………(insert address of registered office of the bank)
……..…………………………do hereby jointly and Severally with the Contractor Price irrevocably
guarantee payment to you up to ……(amount) … …. i.e. ten percent (10%) of the …….@...... price
including taxes and duties until sixty (60) days beyond the Defect Liability Period.

We undertake to make payment under this Letter of Guarantee upon receipt by us of your first written
demand signed by your duly authorized officer declaring the Contractor to be in default under the Contract
and without cavil or argument any sum or sums within the above named limits, without your need to prove
or show grounds or reasons for your demand and without the right of the Contractor to dispute or question
such demand.

Our liability under this Letter of Guarantee shall be to pay to you whichever is the lesser of the sum so
requested or the amount then guaranteed hereunder in respect of any demand duly made hereunder prior
to expiry of the Letter of Guarantee, without being entitled to inquire whether or not this payment is lawfully
demanded.

This letter of Guarantee shall remain in full force and shall be valid from the date of issue until sixty (60)
days beyond the Defect Liability Period of the said equipment i.e. upto and inclusive of
…………………………………… (year, month and date).

Except for the documents herein specified, no other documents or other action shall be required,
notwithstanding any applicable law or regulation.

If the Defect Liability Period is extended with respect to any part of the said equipment(s) in accordance
with the Contract, the validity of this letter of Guarantee shall be extended with respect to ten percent

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 32 of 62
(10%) of the …….@...... price including taxes and duties of that part until expiry of 60 days beyond such
extended Defect Liability Period.

Our liability under this letter of Guarantee shall become null and void immediately upon its expiry, whether
it is returned or not, and no claim may be made hereunder after such expiry or after the aggregate of the
sums paid by us to you shall equal the sums guaranteed hereunder, whichever is the earlier.

All notice to be given under shall be given by registered (airmail) posts to the addressee at the address
herein set out or as otherwise advised by and between the parties hereto.

We hereby agree that any part of the Contract may be amended, renewed, extended, modified,
compromised, released or discharged by mutual agreement between you and the Contractor, and this
security may be exchanged or surrendered without in any way impairing or affecting our liabilities
hereunder without notices to us and without the necessity for any additional endorsement, consent or
guarantee by us, provided, however, that the sum guaranteed shall not be increased or decreased.

No action, event or condition which by any applicable law should operate to discharge us from liability
hereunder shall have any effect and we hereby waive any right we may have to apply such law so that in
all respects our liability hereunder shall be irrevocable and, except as stated herein, unconditional in all
respects.

For and on behalf of the Bank

[Signature of the authorised signatory(ies)]


Signature_______________________
Name_______________________
Designation_______________________
POA Number_______________________
Contact Number(s): Tel.______________Mobile______________
Fax Number_______________________
email ____________________________
Common Seal of the Bank______________________
Witness:
Signature_______________________
Name_______________________
Address______________________________
Contact Number(s): Tel.______________Mobile______________
email ____________________________

Note:
1. The non-judicial stamp papers of appropriate value shall be purchased in the name of Bank who
issues the ‘Bank Guarantee’.
2. The Bank Guarantee shall be signed on all the pages by the Bank Authorities indicating their POA
nos. and should invariably be witnessed.
3. @ Insert name of the Equipment viz., 220kV GIS
4. This additional performance security is to be provided by the successful bidder, in the form of a
bank guarantee which should be issued either:

(a) by a reputed bank located in the country of Employer and acceptable to the Employer, or
(b) by a foreign bank confirmed by either its correspondent bank located in the country of
Employer which should be reputed and acceptable to the Employer, or
(c) by a Public Sector Bank in the country of Employer.

All banks shall be nationalized and scheduled banks operating in India.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 33 of 62
7. BANK GUARANTEE FORM FOR ADVANCE PAYMENT

Date……………..
Contract No……..

[Name of Contract]

To: [Name and address of the Employer]

Dear Ladies and/or Gentlemen,

We refer to the Contract ("the Contract") signed on.......................................................................................


between you and................................................. ("the Contractor") concerning design, execution and
completion of (Brief description of the Facilities) …………………………..........

Whereas, in accordance with the terms of the said Contract, the Employer has agreed to pay or cause to
be paid to the Contractor an Advance Payment in the amount of Indian Rupees (INR)
…………....……………….… ……………………………………………………
(Amount of in words)
...…………........................................................................................(....................)
(Amount in figures)

By this letter we, the undersigned, ……….………………….., a Bank (or company) organized under the
laws of ................................................................... and having its registered/principal office
at…………………………………………... do hereby jointly and severally with the Contractor irrevocably
guarantee repayment of the said amounts upon the first demand of the Employer without cavil or argument
in the event that the Contractor fails to commence or fulfill its obligations under the terms of the said
Contract, and in the event of such failure, refuses to repay all or part (as the case may be) of the said
advance payment to the Employer.

Provided always that the Bank's obligation shall be limited to an amount equal to the outstanding balance
of the advance payment, taking into account such amounts, which have been repaid by the Contractor
from time to time in accordance with the terms of payment of the said Contract as evidenced by
appropriate payment certificates.

This Guarantee shall remain in full force from the date upon which the said advance payment is received
by the Contractor until the date upon which the Contractor has fully repaid the amount so advanced to the
Employer in accordance with the terms of the Contract. At the time at which the outstanding amount is
NIL, this Guarantee shall become null and void, whether the original is returned to us or not.

Any claims to be made under this Guarantee must be received by the Bank during its period of validity, i.e.
upto 90 (ninety) days after the date of operational acceptance by the Employer i.e. on or
before....................................................(year, month, date).

Yours truly,
For and on behalf of the Bank

[Signature of the authorised signatory(ies)]


Signature_______________________
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 34 of 62
Name_______________________
Designation_______________________
POA Number_______________________
Contact Number(s): Tel.______________Mobile______________
Fax Number_______________________
email ____________________________
Common Seal of the Bank______________________
Witness:
Signature_______________________
Name_______________________
Address______________________________
Contact Number(s): Tel.______________Mobile______________
email ____________________________

Note :

1. The non-judicial stamp papers of appropriate value shall be purchased in the name of bank who
issues the 'Bank Guarantee'.

2. Advance Bank Guarantee is to be provided by the successful bidder in the form of a bank
guarantee which should be issued either:

(a) by a reputed bank located in the country of Employer and acceptable to the Employer, or

(b) by a foreign bank confirmed by either its correspondent bank located in the country of
Employer which should be reputed and acceptable to the Employer, or

(c) by a Public Sector Bank in the country of Employer.

All banks shall be nationalized and scheduled banks operating in India.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 35 of 62
8. FORM OF COMPLETION CERTIFICATE

Date…………………...

Name of Contract………
Contract No…………...

To:

(Name and address of the Contractor)

Dear Ladies and/or Gentlemen,

Pursuant to CC 24 (Completion of the Facilities) of the Conditions of the Contract entered into between
yourselves and the Employer dated …………………..…………... relating to the
...………………………………...
(Brief description of the Facilities)

we hereby notify you that the following part(s) of the Facilities was (were) complete on the date specified
below, and that, in accordance with the terms of the Contract, the Employer hereby takes over the said
part(s) of the Facilities, together with the responsibility for care and custody and the risk of loss thereof on
the date mentioned below :

1. Description of the Facilities or part thereof ...…………………………………...

2. Date of Completion :…………………………………………………………….

However, you are required to complete the outstanding items listed in the attachment hereto as soon as
practicable.

This letter does not relieve you of your obligation to complete the execution of the Facilities in accordance
with the Contract nor of your obligations during the Defects Liability Period.

Very truly yours,

Title
(Project Manager)

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 36 of 62
9. FORM OF OPERATIONAL ACCEPTANCE CERTIFICATE

Date…………………...

Name of Contract………
Contract No…………...

To:

(Name and address of the Contractor)

Dear Ladies and/or Gentlemen,

Pursuant to CC 25.3 (Operational Acceptance) of the Conditions of the Contract entered into between
yourselves and the Employer dated............……….
relating to the .....……………………………………...
(Brief description of the facilities)

we hereby notify you that the Functional Guarantees of the following part(s) of the Facilities were
satisfactorily attained on the date specified below.

1. Description of the Facilities or part thereof ...................…………....

2. Date of Operational Acceptance : …………………………………..

This letter does not relieve you of your obligation to complete the execution of the Facilities in accordance
with the Contract nor of your obligations during the Defects Liability Period.

Very truly yours,

Title
(Project Manager)

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 37 of 62
10. CHANGE ORDER PROCEDURE

Contract No. ……………………

CONTENTS

1. GENERAL

2. CHANGE ORDER LOG

3. REFERENCE FOR CHANGES

4. ANNEXURES

ANNEX 1 Request for Change Proposal

ANNEX 2 Estimates for Change Proposal

ANNEX 3 Acceptance of Estimates

ANNEX 4 Change Proposal

ANNEX 5 Change Order

ANNEX 6 Pending Agreement Change Order

ANNEX 7 Application for Change Proposal

ANNEX 8 Change Order Log

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 38 of 62
CHANGE ORDER PROCEDURE

1. General

This section provides samples of procedures and forms for implementing changes in the Facilities
during the performance of the Contract in accordance with CC 39 (Change in Facilities) of the
Conditions of Contract.

2. Change Order Log

The Contractor shall keep an up-to-date change Order Log to show the current status of Requests
for Change and Changes authorized or pending as Annex-8 Entries of the Changes in the Change
Order Log shall be made to ensure that the log is up-to-date. The Contractor shall attach a copy of
the current Change Order Log in the monthly progress report to be submitted to the Employer.

3. References for Changes

(i) Request for Changes as referred to in CC Clause 39 shall be serially numbered CR-X-
nnn.

(ii) Estimate for Change Proposal as referred to in CC Clause 39 shall be serially numbered
CN-X-nnn.

(iii) Acceptance of Estimate as referred to in CC Clause 39 shall be serially Numbered CA-X-


nnn.

(iv) Change Proposal as referred to in CC Clause 39 shall be serially numbered CP-X-nnn.

(v) Change Order as referred to in CC Clause 39 shall be serially numbered CO-X-nnn.

Notes :

(a) Requests for Change issued from the Employer’s Home Office and the site representatives
of the Employer shall have the following respective references:

Home Office CR-H-nnn


Site CR-S-nnn

(b) The above number “nnn” is the same for Request for Change, Estimate for Change Proposal
Acceptance of Estimate, Change Proposal Change Order.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 39 of 62
[ANNEXURE 1]

REQUEST FOR CHANGE PROPOSAL

……………………………………………………………………………………………….
(Employer’s Letterhead)
……………………………………………………………………………………………….

To : (Contractor’s Name and Address) Date : …………………

……………………………………………………………………………………
……………………………………………………………………………………
……………………………………………………………………………………

Attention : (Name and Title)


……………………………………………………………………………………
……………………………………………………………………………………

(Contract Name)………………… (Contract No.)…………………..


…………………………………..
…………………………………..

Dear Ladies and/ or Gentlemen :

With reference to the captioned Contract, you are requested to prepare and submit a Change Proposal for
the Change noted below in accordance with the following instructions within ………………days of the date
of this letter. (or on before[date])

1. Title of Change :………………………………………………………………………

2. Change Request No…………………… (Rev……………… ………….)

3. Originator of Change:
Employer (Name)…………………………………………………..
Contractor (by Application for Change Proposal No………*)
* Refer to ANNEX 7.

4. Brief Description of Change :

……………………………………………………………………………………
……………………………………………………………………………………
……………………………………………………………………………………

5. Facilities and/ or Item No. of equipment related to the requested Change :


……………………………………………………………………………………
……………………………………………………………………………………
……………………………………………………………………………………

6. Reference drawings and /or technical documents for the request of Change :
Drawings No. / Document No. Description

……………………………… ………………………………
……………………………… ………………………………
……………………………… ………………………………

7. Detailed conditions or special requirements on the requested Change :


……………………………… …………………………………………
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 40 of 62
……………………………… …………………………………………
……………………………… …………………………………………

8. General Terms and Conditions :

(1) Please submit your estimate to us showing what effect the requested Change will have on
the Contract Price.

(2) Your estimate shall include your claim for the additional time, if any for completion of the
requested Change.

(3) If you have any opinion negative to the adoption of the requested Change in connection
with the conformability to the other provisions of the Contract on the safety of the Plant or
Facilities Please inform us of your opinion in your proposal of revised provisions.

(4) Any increase or decrease in the work of the Contractor relating to the services of its
personnel shall be calculated.

(5) You shall not proceed with the execution of the work for the requested Change Until we
have accepted and confirmed the amount and nature in writing

…………………………….
(Employer’s Name)

(Signature)
………………………..

(Name of signatory)
…….……………………

(Title of signatory)

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 41 of 62
[ANNEXURE 2]
ESTIMATE FOR CHANGE PROPOSAL

…………………………………………………………………………………………
(Contractor’s Letterhead)
…………………………………………………………………………………………

To : (Employer’s Name and Address) Date : ……………………….

Attention : (Name and Title)


…………………………………………………………………………………
…………………………………………………………………………………

Contract Name…………………………….

Contract Number………………………………

Dear Ladies and /or Gentlemen:

With reference to your Request for Change Proposal, we are pleased to notify you of the approximate cost
of preparing the below-referenced Change Proposal in accordance with CC Sub-Clause 39.2.1 of the
Conditions of Contract. We acknowledge that your agreement to the cost of preparing the Change
Proposal, in accordance with CC Sub-Clause 39.2.2, is required before estimating the Cost for Change
work.
1. Title of Change …………………………………………………………………

2. Change Request No………………………………..(Rev………………………)

3. Brief Description of Change :


…………………………………………………………………………………
…………………………………………………………………………………
…………………………………………………………………………………

4. Scheduled Impact of Change :


…………………………………………………………………………………
…………………………………………………………………………………
…………………………………………………………………………………

5. Cost for Preparation of Change Proposal (in the currencies of the Contract)
…………………………………………………………………………………
…………………………………………………………………………………
(a) Engineering (Amount)
(i) Engineer ______hrs x______rate/hr = _______
(ii) Draftsperson _______hrs x______rate/hr = ________
Sub-total _______hrs ________
Total Engineering Cost ________
(b) Other Cost ________
Total Cost (a) + (b) ________
……………………………………….
(Contractor’s Name)
……………………………………….
(Signature)
…………………………………….
(Name of Signatory)

(Title of signatory)
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 42 of 62
[ANNEXURE 3]

ACCEPTACE OF ESTIMATES

…………………………………………………………………………………
(Employer’s Letterhead)
…………………………………………………………………………………

To : (Contractor’s Name and Address) Date : …………………

Attention : (Name and Title)…………………………………………………….


………………………………………………………………………………….....

Contract Name : ………………………


Contract Number………………………….

Dear Ladies and /or Gentlemen :

We hereby accept your Estimate for Change Proposal and agree that you should proceed with the
preparation of the Change Proposal.

1. Title of Change : …………………………………………………………….

2. Change Request No. ……………………….. (Rev ………………)

3. Estimate for Change Proposal No. ………… (Rev ………………)

4. Acceptance of Estimate No………………….. (Rev ………………)

5. Brief Description of Change :


……………….……………….……………….……………….…………
……………….……………….……………….……………….…………

6. Other Terms and Conditions In the event that we decide not to order the Change accepted,
you shall be entitled to compensation for the cost of preparation of Change Proposal described in
your estimate for Change Proposal mentioned in para. 3 above in accordance with CC Clause
39.0 of the Conditions of Contract.

……………….……………….
(Employer’s Name)
……………….……………….
(Signature)
……………….……………….
(Name and Title of signatory)

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 43 of 62
[ANNEXURE 4]

CHANGE PROPOSAL

………………………..………………………..…………………………..
(Contractor’s Letterhead)
………………………..………………………..…………………………...

To : (Employer’s Name and Address) Date : …………………


………………………..………………………..………………………
………………………..………………………..………………………
………………………..………………………..………………………

Attention : (Name and Title)


………………………..………………………..……………………….
………………………..………………………..……………………….

(Contract Name) ………………………. (Contract No.) …………………


……………………………
……………………………

Dear Ladies and / or Gentlemen

In response to your Request for Change Proposal No. ………we hereby submit our proposal as follows :

1. Title of Change : (Name) ………………………..………………….

2. Change Request No. ……………………(Rev ………………………)

3. Originator of Change : Employer (Name) ………………………..


Contractor (Name) ……………………….
4. Brief Description of Change :
…………………………..………………………..……………………
………………………..………………………..………………………

5. Reasons for Change :


………………………..………………………..………………………
………………………..………………………..………………………

6. Facilities and/ or Item No. of equipment related to the requested Change :


………………………..………………………..………………………
………………………..………………………..………………………

7. Reference drawings and/ or technical documents for the requested Change :

Drawing No. / Document No. Description


……………………………… ……………………..
……………………………… ……………………..

8. Estimate of increase / decease / (in the currencies of the contract to the Contract Price resulting
from Change Proposal

(Amount)
(a) Direct Material …………………………….

(b) Major construction equipment ……………………………..

(c) Direct field labour (Total hrs) …………………………….

(d) Subcontracts …………………………….

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 44 of 62
(e) Indirect material and labour ……………………….

(f) Site supervision …………………………….

(g) Head office technical staff salaries

Process engineer ______hrs @______rate/hr____________


Project engineer ______hrs @______rate/hr____________
Equipment engineer ______hrs @______rate/hr____________
Procurement ______hrs @______rate/hr____________
Draftsperson ______hrs @______rate/hr____________
Total ______hrs @ ____________

(h) Extraordinary costs (computer, travel, etc.) _______________

(i) Fee for general administration________% of Items ______________

(j) Taxes and customs duties _______________

Total lump sum cost of Change Proposal


[sum of Items (a) to (j)] _______________

Cost to prepare Estimate for Change Proposal


(amount payable if Change is not accepted _______________

9. Additional time for Completion required due to Change Proposal :

10. Effect on the other Functional Guarantees.

11. Effect on the other terms and Conditions of the Contract.

12. Validity of this Proposal : Within …………………….days after receipt of this Proposal by the
Employer.

13. Other Terms and Conditions of this Change Proposal:

(a) You are requested to notify us of your acceptance, comments or rejection of this detailed
Change Proposal within……………….days from your receipt of this Proposal.

(b) The amount of any increase and/ or decrease shall be taken into account In the
adjustment of the Contract Price.

(c) Contractor’s cost for preparation of this Change Proposal :

(Note) This cost shall be reimbursed by the Employer in case of Employer’s withdrawal or
rejection of this Change Proposal without default of the Contractor in accordance with CC Clause
39.0 of the Conditions of Contract.

…………………………………..
(Contractor’s Name)

…………………………………
(Signature)

…………………………………
(Name of signatory)

…………………………………
(Title of signatory)
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 45 of 62
[ANNEXURE 5]
CHANGE ORDER

………………………..………………………..…………………………..
(Contractor’s Letterhead)
………………………..………………………..…………………………...

To : (Employer’s Name and Address) Date : …………………


………………………..………………………..………………………
………………………..………………………..………………………
………………………..………………………..………………………

Attention : (Name and Title)


………………………..………………………..……………………….
………………………..………………………..……………………….

(Contract Name) ………………………. (Contract No.) …………………


……………………………
……………………………

Dear Ladies and / or Gentlemen :

We approve the Change Order for the work specified in the Change Proposal No……..… and
agree to adjust the Contract Price, Time for Completion and/ or other conditions of the Contract in
accordance with CC Clause 39.0 of General Conditions of Contract.

1. Title of Change : (Name) ………………………..………………….

2. Change Request No. ……………………(Rev ………………………)

3. Change Order No……………………….(Rev………………………)

4. Originator of Change : Employer (Name) ………………………..


Contractor (Name) ……………………….
5. Authorized Price :
Ref. No. ………………… …………(Number)
Date : …………………..
Foreign currency portion ………plus Local currency portion………….

6. Adjustment of Time for Completion

None Increase ……………..days Decrease …………..days

7. Other effects, if any


Authorized by :……………………….Date : …………………….
(Employer)
Accepted by : ……………………….. ..Date : ……………………
(Contractor)
…………………………………..
(Contractor’s Name)

…………………………………
(Signature)

…………………………………
(Name of signatory)

…………………………………
(Title of signatory)

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 46 of 62
[ANNEXURE 6]

PENDING AGREEMENT CHANGE ORDER

………………………..………………………..…………………………..
(Contractor’s Letterhead)
………………………..………………………..…………………………...

To : (Employer’s Name and Address) Date : …………………


………………………..………………………..………………………
………………………..………………………..………………………
………………………..………………………..………………………

Attention : (Name and Title)


………………………..………………………..……………………….
………………………..………………………..……………………….

(Contract Name) ………………………. (Contract No.) …………………


……………………………
……………………………

Dear Ladies and / or Gentlemen :

We instruct you to carry out the work in the Change Order detailed below in accordance with CC 39.0 of
the Conditions of Contract.

1. Title of Change : (Name) ………………………..………………….


2. Employer Request for Change Proposal No……(Rev ………) Dated…………
3. Contractor’s Change Proposal No………………(Rev……….) Dated…………
4. Brief Description of Change :
………………………..………………………..………………………..
………………………..………………………..………………………
5. Facilities and/ or Item No. of equipment related to the requested Change :
………………………..………………………..…………………………..
………………………..………………………..…………………………..
6. Reference drawings and/ or technical documents for the requested Change
Drawing No. / Document No. Description
……………………………… ……….……………………..
……………………………… ……….……………………..
7. Adjustment of time for completion :
8. Other change in the Contract terms :
9. Other terms and Conditions :
……….….……………………
(Contractor’s Name)

(Signature)

………………………………..
(Name of signatory)

………………………………..
(Title of signatory)

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 47 of 62
[ANNEXURE 7]

APPLICATION FOR CHANGE PROPOSAL


………………………..………………………..…………………………...
(Contractor’s Letterhead)
………………………..………………………..…………………………...

To : (Employer’s Name and Address) Date : …………………


………………………..………………………..………………………
………………………..………………………..………………………
………………………..………………………..………………………

Attention : (Name and Title)


………………………..………………………..……………………….
………………………..………………………..……………………….

(Contract Name) ………………………. (Contract No.) …………………


……………………………
……………………………

Dear Ladies and / or Gentlemen :

We hereby propose that the below mentioned work be treated as a Change in the Facilities.

1. Title of Change :
(Name) ………………………..……………………..……….

2. Application for Change Proposal No………………(Rev ………………)


Dated …………….

3. Brief Description of Change :


………………………..………………………..………………………..…
………………………..………………………..………………………….

4. Reasons for Change :


………………………..………………………..…………………………..
………………………..………………………..…………………………..

5. Order of Magnitude Estimation (in the currencies of the Contract).


…………………………………………………………………………….
…………………………………………………………………………….
6. Scheduled Impact of Change :
…………………………………………………………………………….
…………………………………………………………………………….
7. Effect on Functional Guarantee. If any :
…………………………………………………………………………….
…………………………………………………………………………….

8. Appendix
…………………………………………………………………………….
…………………………………………………………………………….

……….….……………………
(Contractor’s Name)

(Signature)
………………………………..
(Name of signatory)
………………………………..
(Title of signatory)
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 48 of 62
[ANNEXURE 8]

CHANGE ORDER LOG


………………………..………………………..…………………………............
(Contractor’s Letterhead)
………………………….…..………………………..…………………………...

To : (Employer’s Name and Address) Date : …………………


………………………..………………………..………………………
………………………..………………………..………………………
………………………..………………………..………………………

Attention : (Name and Title)


………………………..………………………..……………………….
………………………..………………………..……………………….

(Contract Name) ………………………. (Contract No.) …………………


……………………………
……………………………

Dear Ladies and / or Gentlemen :

(Contract Name)……………………. (Contract No……………….


………………………………….
………………………………….

We hereby furnish the up-to date change order log to show the current status of request for changes and
authorized or pending.

S1. Employer’s Contractor Contractor’s Change Pending Remarks*


No. Request for application Change order No.
change for change proposal proposal No.
proposal including including including
revision revision revision revision

..……..………………………………
(Contractor’s Name)
(Signature)
……..………………………………...
(Name of signatory)
……………………………………….
Title of Signatory

Note :
(i) *In case Employer has authorized to carryout the work pending agreement change order, the
details of such authorization shall be furnished.

(ii) The contractor shall attach a copy of the current change order log in the monthly progress
report to be submitted to the Employer every month.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 49 of 62
11. FORM OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE
EQUIPMENT HANDED OVER IN ONE LOT BY DELHI TRANSCO LTD. FOR PERFORMANCE
OF ITS CONTRACT

INDEMNITY BOND

THIS INDEMNITY BOND is made this …….… day of……………… 200…… by……………… a
Company registered under the Companies Act, 1956/ Partnership firm/ proprietary concern having its
Registered Office at…………..(hereinafter called as ‘Contractor’ or “Obligor” which expression shall include
its successors and permitted assigns) in favour of DELHI TRANSCO LTD, a Company incorporated under
the Companies Act, 1956 having its Registered Office at Shakti Sadan, Kotla Road, New Delhi-110002.

WHEREAS DELHI TRANSCO LTD. has awarded to the Contractor a contract for ………………...vide its
Notification of Award/ Contract No……………. ………...... dated …………..and its Amendment
No………………….(applicable when amendments have been issued) (hereinafter called the “Contract”) in
terms of which DTL is required to hand over various Equipments to the Contractor for execution of the
Contract.

And WHEREAS by virtue of Clause No…………of the said Contract, the Contractor is required to execute
an Indemnity Bond in favour of DTL for the Equipment handed over to it by DTL for the purpose of
performance of the Contract/ Erection portion of the contract (hereinafter called the “Equipment”)

AND THEREFORE, This Indemnity Bond witnesseth as follows:

1. That in consideration of various Equipments as mentioned in the Contract, valued at (amount in


words………………………………) handed over to the Contractor for the purpose of performance of
the Contract, the Contractor hereby undertakes to indemnify and shall keep DTL indemnified, for
the full value of the Equipment. The Contractor hereby acknowledges receipt of the Equipments as
per dispatch title documents handed over to the Contractor duly endorsed in their favour and
detailed in the Schedule appended hereto. It is expressly understood by the Contractor that
handing over of the dispatch title documents in respect of the said equipments duly endorsed by
DTL in favour of the contractor shall be construed as handling over of the equipment purported to
be covered by such title documents and the contractor shall hold such equipment in trust as a
Trustee for and on behalf of DTL.

2. That the contractor is obliged and shall remain absolutely responsible for the safe transit/protection
and custody of the equipment of DTL project Site against all risks whatsoever till the equipment
are duly used/erected in accordance with the terms of the contract and the plant/package duly
erected and commissioned in accordance with the terms of the contract, is taken over by DTL.
The contractor undertakes to keep DTL harmless against any loss or damage that may be caused
to the equipments.

3. The contractor undertakes that the equipment shall be used exclusively for the
performance/execution of the contract strictly in accordance with its terms and conditions and no
part of the equipment shall be utilized for any other work or purpose whatsoever. It is clearly
understood by the contractor that non observance of the obligations under this indemnity bond by
the contractor shall inter-alia constitute a criminal breach of trust on the part of the contractor for all
intents and purpose including legal/penal consequences.

4. That DTL is and shall remain the exclusive owner of the equipment free from all encumbrances,
charges or liens of any kind, whatsoever. The equipment shall be all times be open to inspection
and checking by the employer or employer’s representative in this regard. Further DTL shall
always be free at all times to take possession of the equipment in whatever form the equipment
may be, if in its opinion, the equipments are likely to be endangered, mis-utilised or intended for
use other than those specified in the contract, by any acts of omission or commission on the part
of the contractor or any other person or on account of any reason whatsoever and the contractor
binds himself and undertakes to comply with the directions of demand of DTL to return the
equipment without any demur or reservation.

5. That this indemnity Bond is irrevocable. If at any time any loss or damage occurs to the Equipment
or the same or any part thereof is mis-utilised in any manner whatsoever, then the Contractor
hereby agrees that the decision of the Employer’s Representative as to assessment of loss or
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 50 of 62
damage to the Equipment shall be final and binding on the Contractor. The Contractor binds itself
and undertakes to replace the lost and /or damaged Equipment at its own cost and/ or shall pay
the amount of loss to DTL without any demur, reservation or protest. This is without prejudice to
any other right or remedy that may be available to DTL against the Contractor under the Contract
and under this Indemnity Bond.

6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply with
the terms and conditions of this Bond to the satisfaction of DTL, THEN. The above Bond shall be
void, but otherwise, it shall remain in full force and virtue.

IN WITNESS, the Contractor has hereunto set its hand through its authorized representative under the
common seal of the Company, the day, month and year first above mentioned.

SCHEDULE

Particulars of Quantity Particulars of Value of the Signature of


the Equipment Despatch title Equipment Attorney in Handed
Documents token of receipt
_________________
RR/ GR No.
Date of lading
& Carrier

For and on behalf of

M/s………………………………..
WITNESS

1. 1. Signature……………………. Signature……………………………

2. Name………………………… Name………………………………

3. Address……………………… Address……………………………

Authorized representative

2. 1. Signature…………………….

2. Name………………………… (Common Seal)


(In case of Company)
3. Address………………………

Indemnity Bonds are to be executed by the authorized person and (i) in case of contracting Company
under common seal of the Company or (ii) having the power of attorney issued under common seal of the
company with authority to execute Indemnity Bonds, (iii) in case of (ii), the original Power of Attorney if it is
General Power of Attorney and such documents should be attached to Indemnity Bond.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 51 of 62
12. FORM OF INDEMNITY BOND TO BE EXECUTED BY THE CONTRACTOR FOR THE
EQUIPMENT HANDED OVER IN INSTALLMENTS BY DELHI TRANSCO LTD FOR
PERFORMANCE OF ITS CONTRACT

INDEMNITY BOND

THIS INDEMNITY BOND is made this …..……….day of ………..200………….by…..………


…………………………….……….a Company registered under the Companies Act, 1956/ Partnership firm/
proprietary concern having its Registered Office at ………..…………………(hereinafter called as
‘Contractor’ or ‘Obligor’ which expression shall include its successors and permitted assigns) in favor of
DELHI TRANSCO LTD a Company incorporated under the Companies Act, 1956 having its Registered
Office at Shakti Sadan, Kotla Marg, New Delhi-110002

WHEREAS DTL has awarded to the Contractor a Contractor for …………………vide Its Notification of
Award/Contract No. ……………………dated …………….and Amendment No. ………………..............
(applicable when amendments have been issued ) (hereinafter called the “Contract”) in terms of which
DTL is required to handover various Equipments to the Contractor for execution of the Contract.

AND WHEREAS by virtue of Clause No………of the said Contract, the Contractor is Required to execute
an Indemnity Bond in favour of DTL for the Equipment handed over to it by DTL for the purpose of
performance of the contract/ Erection portion of the Contract (hereinafter called the “Equipment”.)

NOW THEREFORE, This Indemnity Bond witnessed as follows:

1. That in consideration of various Equipments as mentioned in the Contract, valued at (amount in


words …………………..) to be handed over to the Contractor in installments from time to for the
purpose of performance of the contract, the Contractor hereby undertakes to indemnify and shall
keep DTL indemnified, for the full value of Equipment. The Contractor her5eby acknowledges
receipt of the initial installment of the equipment per details in the schedule appended hereto.
Further, the Contractor agrees to acknowledge receipt of the subsequent installments of the
Equipment as required by DTL in the form of Schedules consecutively numbered which shall be
attached to this Indemnity bond so as to form integral parts of this Bond It is expressly understood
by the Contractor shall be construed as handing over the Equipment purported to be covered by
such title documents and the Contractor shall hold Equipments in trust as a Trustee for and on
behalf of DTL

2 That the contractor is obliged and shall remain absolutely responsible for the safe transit/protection
and custody of the equipment of DTL project Site against all risks whatsoever till the equipment
are duly used/erected in accordance with the terms of the contract and the plant/package duly
erected and commissioned in accordance with the terms of the contract, is taken over by DTL.
The contractor undertakes to keep DTL harmless against any loss or damage that may be caused
to the equipments.

3. The contractor undertakes that the equipment shall be used exclusively for the
performance/execution of the contract strictly in accordance with its terms and conditions and no
part of the equipment shall be utilized for any other work or purpose whatsoever. It is clearly
understood by the contractor that non observance of the obligations under this indemnity bond by
the contractor shall inter-alia constitute a criminal breach of trust on the part of the contractor for all
intents and purpose including legal/penal consequences.

4. That DTL is and shall remain the exclusive owner of the equipment free from all encumbrances,
charges or liens of any kind, whatsoever. The equipment shall be all times be open to inspection
and checking by the employer or employer’s representative in this regard. Further DTL shall
always be free at all times to take possession of the equipment in whatever form the equipment
may be, if in its opinion, the equipments are likely to be endangered, mis-utilised or intended for
use other than those specified in the contract, by any acts of omission or commission on the part
of the contractor or any other person or on account of any reason whatsoever and the contractor
binds himself and undertakes to comply with the directions of demand of DTL to return the
equipment without any demur or reservation.

5. That this indemnity Bond is irrevocable. If at any time any loss or damage occurs to the Equipment
or the same or any part thereof is mis-utilised in any manner whatsoever, then the Contractor
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 52 of 62
hereby agrees that the decision of the Employer’s Representative as to assessment of loss or
damage to the Equipment shall be final and binding on the Contractor. The Contractor binds itself
and undertakes to replace the lost and /or damaged Equipment at its own cost and/ or shall pay
the amount of loss to DTL without any demur, reservation or protest. This is without prejudice to
any other right or remedy that may be available to DTL against the Contractor under the Contract
and under this Indemnity Bond.

6. NOW THE CONDITION of this Bond is that if the Contractor shall duly and punctually comply with
the terms and conditions of this Bond to the satisfaction of DTL, then, the above Bond shall be
void, but otherwise, it shall remain in full force and virtue.

IN WITNESS, the Contractor has hereunto set its hand through its authorized representative under the
common seal of the Company, the day, month and year first above mentioned.

SCHEDULE No. 1

Particulars of Quantity Particulars of Value of the Signature of


the Equipment Despatch title Equipment Attorney in Handed
Documents token of receipt
_________________
RR/ GR No.
Date of lading
& Carrier

For and on behalf of

M/s………………………………..
WITNESS

1. 1. Signature……………………. Signature………………………

2. Name………………………… Name………………………

3. Address……………………… Address………………………

Authorized representative

2. 1. Signature…………………….

2. Name………………………… (Common Seal)


(In case of Company)
3. Address………………………

Indemnity Bonds are to be executed by the authorized person and (i) in case of contracting Company
under common seal of the Company or (ii) having the power of attorney issued under common seal of the
company with authority to execute Indemnity Bonds, (iii) in case of (ii), the original Power of Attorney if it is
General Power of Attorney and such documents should be attached to Indemnity Bond.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 53 of 62
13. FORM OF AUTHORIZATION LETTER: DELHI TRANSCO LIMITED.

REF. No.

DATE:
TO,

M/s……………………….

……………………………

……………………………

REF: Contract No……………………… dated ………… for……………………… awarded by Delhi Transco


limited.

Dear Sir,

Kindly refer to Contract No. …………………………. Dated ……….. for ……….. You are hereby authorized
on behalf of Delhi Transco Limited, having its registered office at Delhi Transco Limited, Shakti Sadan,
Kotla Road New Delhi-110002 and its project at ……….to take physical delivery of materials/equipments
covered under Dispatch Document/Consignment Note No………………dated……………………… and as
detailed in the enclosed schedule for the sole purpose of successful performance of the aforesaid contract
and for no other purpose, whatsoever.

(Signature of project AUTHORITY)**

Designation …………………….
Date …………………………….

Encl: As above

** To be signed not below the rank of Manager.


• Mention LR/RR No.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 54 of 62
14. FORM OF TRUST RECEIPT FOR PLANT, EQUIPMENT AND MATERIALS RECEIVED

We M/s (Contractor’s Name)____________________________________________ having our Principal


place of business at _____________________________having been awarded a Contract No.
_________________ dated ______________for (Contract Name) by (Name of Employer)
____________________________.

We do hereby acknowledge the receipt of the Plant, Equipment and Materials as are fully described and
mentioned under Documents of Title/RR/LR etc and in the schedule annexed here to, which shall form an
integral part of this receipt as “Trustee” of __________________________ (Name of Employer). The
aforesaid materials etc. so received by us shall be exclusively used in the successful performance of the
aforesaid contract and for no other purpose whatsoever. We undertake not to create any charge, lien or
encumbrance over the aforesaid materials etc, in favour of any other person /institution (s) / Banks.

For M/s ________________________________


(Contractor’s Name)

Dated:_____________

Place: _____________

(AUTHORISED SIGNATORY)

SEAL OF COMPANY

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 55 of 62
15. FORM OF EXTENSION OF BANK GUARANTEE

Ref. No…………………….. Dated………………………

Delhi Transco Limited,


Shakti Sadan, Kotla Road
New Delhi 110002.
India

Dear Sirs,

Sub: - Extension of Bank Guarantee No. ………………… for……………….. favoring yourself expiring on
…………………………………… On account of M/s…………………….. in respect of Contract
No………………………………. dated ……………….. (hereinafter called original Bank Guarantee).

At the request of M/s ……………………. We ………………….. Bank branch office at……………. Having its
Head Office at …………………… do hereby extend our liability under the above mentioned Guarantee
No……………………… dated ………….. for a further period of ………………. Years/Month from
……………. Expire on ………………. Except as provided above, all other terms and conditions of the
original Bank Guarantee No……………………. dated……………… shall remain unaltered and binding.

Please treat this as an integral part of the original Guarantee to which it would be attached.

Yours Faithfully,

For…………………………….
Manager. Agent/Accountant

Power of attorney No………….


Dated ………………………….

SEAL OF BANK
Note : The non. Judicial stamp paper of appropriate value shall be purchased in the name of the bank
who has issued the bank Guarantee.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 56 of 62
16. FORM OF POWER OF ATTORNEY FOR JOINT VENTURE/CONSORTIUM.
(On Non-judicial Stamp paper of Appropriate Value to be purchased in the name of joint venture/
Consortium)
KNOW ALL MEN BY THESE PRESENTS THAT WE, the partners whose details are given hereunder
…………………………….. have formed a Joint venture/ Consortium under the laws of
…………………………. And having our Registered Office(S) / Head Office (s) at
………………………………………… ( hereinafter called the Joint venture/ Consortium which expression
shall unless repugnant to the context or meaning thereof, include its successors, administrators and
assigns) acting through M/s ……………………………being the partner in-charge do hereby constitute,
nominate and appoint M/s ………………………………… a Company incorporated under the laws of
…………………………………and having its registered / Head Office at …………….. as our duly constituted
lawful Attorney (hereinafter called “ Attorney” or “ Authorized Representative” or “ Partner In- charge”) to
exercise all or any of the powers for and on behalf of the joint venture/ Consortium in regard to
Specification No………………… Package ……………………… the bids for which have been invited by
Delhi Transco Limited, Shakti Sadan Building, Kotla Road, New Delhi, India ( hereinafter called the “
Employer”) to undertaking the following acts :
i) To submit proposal and participate in the aforesaid Bid Specification of the Employer on behalf
of the “Joint venture/ Consortium”.
ii) To negotiate with the employer the terms and conditions for award of the Contract pursuant to
the aforesaid Bid and to sign the Contract with the Employer for and on behalf of the ‘JOINT
VENTURE/ CONSORTIUM’.
iii) To do any other act or submit any document related to the above.
iv) To receive, accept and execute the Contract for and on behalf of the “Joint venture/
Consortium”.

It is clearly understood that the partner In-charge (Lead Partner) shall ensure performance of the
Contract(s) and if one or more partner fail to perform their respective portions of the Contract(s), the same
shall be deemed to be default by all the partners.
It is expressly understood that this Power of Attorney shall remain valid binding and irrevocable till
completion of the Defect Liability Period in terms of the Contract.
The joint venture/ Consortium hereby agrees and undertakes to ratify and confirm all and whatsoever the
said Attorney/ Authorized Representatives/Partner in- charge quotes in the bid, negotiates And signs the
Contract with Employer and / or proposes to act on behalf of the Joint venture/ Consortium by virtue of this
Power of Attorney and the same shall bind the joint venture/ Consortium as if done by itself.
In WITNESS THEREOF the partners Constituting the joint venture/ Consortium as aforesaid have
executed these present on this …………… day of …………………. Under the Common Seal(s) of their
Companies.
for and on behalf of the
Partners of joint venture/ Consortium
...………………..
………………….
The Common Seal of the above Partners of the Joint venture/ Consortium:
The Common Seal has been affixed the unto in the presence of:
WITNESS
1. Signature………………………..
Name…………………………..
Designation ……………………..
Occupation……………………….
2. Signature………………………..
Name…………………………..
Designation ……………………..
Occupation……………………….
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 57 of 62
17. FORM OF JOINT VENTURE/ CONSORTIUM AGREEMENT
(On non-judicial stamp paper of appropriate value to be purchased in the name of joint venture/
Consortium)
PERFORMA OF JOINT VENTURE/ CONSORTIUM AGREEMENT BETWEEN ………………………….
AND …………………………….. FOR BID SPECIFICATION NO…………………………. OF DELHI
TRANSCO LIMITED
THIS joint venture/ Consortium agreement executed on this ……………… day of Two
thousand……………. between M/s ……………………. a company incorporated under the laws of
…………………………….. and having its registered office at……………………………( hereinafter called
the “Lead partner” which expression shall include its successors executors and permitted assigns), M/s
……………… ………………………….……… a company incorporated under the laws of
……………………… …………………. and having its registered office
at……………………………………………( hereinafter called “the partner” which expression shall include its
successors executors and permitted assigns) and M/s ………………………………………….. a company
incorporated under the laws of ………………………………………… and having its registered office
at…………………… …..……(hereinafter called “the partner” which expression shall include its
successors, executors and permitted assigns) for the purpose of making a bid and entering into a contract
(in case of award) against the specification No……………………………… for…………………………(Name
of the Package) …………………..under……………………………………..(Name of the project)
…………………………….of Delhi Transco limited ,a company incorporated under the Companies Act of
1956 having its registered Shakti Sadan, Kotla Road New Delhi-110002, India (hereinafter caller the;
“Employer”)
Whereas the employer invited bids as per the above mentioned Specification for the design, engineering,
manufacture, supply, installation, testing and commissioning of equipment/materials stipulated in the
bidding documents for…………………(Name of the Package)
…………….under…………………………….(Name the project)
AND WHEREAS Annexure-A, section-BDS (qualification of the bidder) forming part of the bidding
documents, .stipulates that a joint venture/ Consortium of two or more qualified firms as partners, meeting
the joint venture/ Consortium fulfills all other requirements under Annexure-A, Section-BDS (qualification of
the bidder) and in such a case, the BID FROM shall be signed by all the partners so as to legally bind all
the partners of the Joint venture/ Consortium, who will be jointly and severally liable to perform the
contract and all obligations hereunder.
The above clause further states that the joint venture/ Consortium agreement shall be attached to the bid
and the contract performance guarantee will be as per the format enclosed with the bidding document
without any restriction or liability for either party.
AND WHEREAS the bid has been submitted to the Employer vide proposal No………………………..
dated……………….by Lead partner based on the joint venture/ Consortium agreement between all the
partners under these present and the bid in accordance with the requirements of Annexure-A, section-BDS
(Qualification of the Bidders), has been signed by all the partners.
NOW THIS INDENTURE WITNESS AS UNDER:
In consideration of the above premises and agreements all the partners to this joint venture/ Consortium
do hereby now agree as follow:
1. In consideration of the award of the contract by the Employer to the joint venture/ Consortium partners,
we, the partners to the joint venture/ Consortium agreement do hereby agree that M/s
……………………….. shall act as lead partner and further declare and confirm that we shall joint and
severally be bound unto the Employer for the successful performance of the Contract and shall be fully
responsible for the design, engineering, manufacture, supply, and successful performance of the
equipments in accordance with the Contract.

2. In case of any breach of the said Contract by the Lead Partner or other partner(s) of the joint venture/
Consortium agreement, the partner(s) do hereby agree to be fully responsible for the successful
performance of the contract and carry out all the obligations and responsible under the Contract in
accordance with the requirements of the Contract.

3. Further if the Employer suffers any loss or damage on account of any breach in the Contract or any
shortfall in the performance of the equipment in meeting the performance guaranteed as per the
specification in terms if the Contract, the partner(s) of these present undertake to promptly make good
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 58 of 62
such loss or damages caused to the Employer, on its demand without any demur. It shall not be
necessary or obligatory for the Employer to proceed against Lead Partner to these presents before
proceeding against or dealing with the other Partner(s).

4. The financial liability of the partner of this joint venture/ Consortium agreement to the Employer, with
respect to any of the claims arising out of the performance or non- performance of the obligations set
forth in the said joint venture/ Consortium agreement, read in conjunction with the relevant conditions
of the Contract shall, however, not be limited in any way so as to restrict or limit the liabilities of any of
the partners of the joint venture/ Consortium agreement.

5. It is expressly understood and agreed between the partners to the joint venture/ Consortium
agreement that the responsibilities and obligations of each of the partners shall be as delineated in
Appendix-I (* To be incorporated suitably by the partners) to this agreement. It is further agreed by the
partners that the above sharing of responsibilities and obligations shall not in any way be a limitation of
joint and servable responsibilities of the partners under this Contract.

6. This joint venture/ Consortium agreement shall be constructed and interpreted in accordance with the
laws of India and the courts of Delhi shall have the exclusive jurisdiction in all matters arising there
under.

7. In case of an award of a Contract, we the partners to the joint venture/ Consortium agreement do
hereby agree that we shall be jointly and severe ally responsible for furnishing a contract performance
security from a bank in favour of the Employer in the currency of the Contract.

8. It is further agreed that the venture agreement shall be irrevocable and shall from an integral part of
the Contract, and shall continue to be enforceable till the Employer discharges the same. It shall be
effective from the date first mentioned above for all purpose and intents.

IN WITNESS WHEREOF, the partners to the joint venture/ Consortium agreement have through their
authorized representatives executed these present and affixed Common Seals of their companies, on the
day, month and year first mentioned above.
For Lead partner
1. Common Seal of ……………
has been affixed in my/our (Signature of authorized representative)
presence pursuant to the Name...............................................
Board of Director's resolution dated... Designation....................................
Signature............................... Common Seal of the company
Name.................................... ………...........................................
Designation………………..

2. Common Seal of …………… For partner


has been affixed in my/our
presence pursuant to the
Board of Director's resolution dated... (Signature of authorized representative)
Signature............................... Name...............................................
Name.................................... Designation....................................
Designation……………….. Common Seal of the company
………...........................................

WITNESSES:
1 ………………………………..
(Signature)
Name…………………………..
………………………………….
(Official address)
2. ………………………………..
(Signature)
Name…………………………..
………………………………….
(Official address)

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 59 of 62
18. PROFORMA OF JOINT UNDERTAKING BY THE COLLABORATOR/ PARENT
COMPANY/PRINCIPAL ALONGWITH THE BIDDER/MANUFACTURER
(On non-judicial stamp paper of appropriate value)
THIS DEED OF UNDERTAKING executed this ………………… day of Two Thousand and……………… by
M/s……………………… a company incorporated under the laws of …………………………….. and having
its registered office at……………………………(hereinafter called the “Collaborator/Parent
Company/Principal” which expression shall include its successors, administrators, executors and permitted
assigns) and M/s…..………….a company incorporated under the laws of …………………………….. and
having its registered office at……………… ……………(hereinafter called the “Bidder/Manufacturer” which
expression shall include its successors, administrators, executors and permitted assigns) in favour of
Delhi Transco Limited, having its Registered office at Shakti Sadan, Kotla Marg, New Delhi.(herein after
called the “Employer” which expression shall include its successors, executors and permitted assigns)
WHEREAS the “Employer” invited Bid as per Specification No. ………….. for the execution of
…………..(Insert name of the Project)…….
AND WHEREAS Clause No. …………, Section ……………..,of ………., Vol.-……………forming part of the
Bidding Documents inter-alia stipulates that the Bidder and/or Manufacturer alongwith its
collaborator/parent company/principal must fulfill the Qualifying Requirements for the *……………….. and
be jointly and severally bound and responsible for the successful performance of the
*……………….offered in the event the bid submitted by the bidder is accepted by the Employer resulting in
Contract.
AND WHEREAS the bidder has submitted its bid to the Employer vide Proposal No. ………………..dated
……………….based on the collaboration /association of the collaborator/parent company/principal with the
Bidder/Manufacturer.
NOW THEREFORE THIS UNDERTAKING WITNESSTH as under.
1.0 In consideration of the award of Contract by the Employer to the Bidder (herein after referred to as the
“Contract”) we, the collaborator/parent company/principal and the Bidder/Contractor and /or
manufacturer do hereby declare that we shall be jointly and severally bound unto the DELHI
TRANSCO LIMITED , for the successful performance of the * ………………….. and shall be fully
responsible for the design, manufacturer , testing, supply on FOR destination delivery at site basis and
supervision of unloading at site, storage, erection, testing & commissioning and successful
performance of the *……………….in accordance with the Contract Specifications.

2.0 Without in any way affecting the generality and total responsibility in terms of deed of Undertaking, the
Collaborator in particular hereby agrees to depute their technical experts from time to time to the
Bidder/Contractor’s/Manufacture’s Works/ Owner’s project site as mutually considered necessary by
the Owner, bidder/Contractor, Manufacturer and the collaborator to ensure proper design, engineering,
manufacturer, testing ,supply on for destination delivery at site basis and supervision of unloading at
site , storage, erection, testing and commissioning and successful performance of the collaborator
shall advise the manufacturer/ contractor suitable modifications of designs and implement necessary
corrective measures to discharge the obligations under the contract.

3.0 This deed of undertaking shall be construed and interpreted in accordance with the laws of India and
the Courts in Delhi shall have exclusive jurisdiction in all matters arising under the undertaking.
4.0 As a security, the bidder shall apart from the contractor’s performance guarantee furnish a contract
performance guarantee from its Bank in favour of the Employer on a form acceptable to the Employer.
The value of such guarantee shall be equivalent to 10% of price of such equipments manufactured in
India as identified in the contract awarded by the Employer to the bidder/contractor and it shall be part
of guarantee towards the faithful performance/ compliance of this deed of undertaking in terms of the
contract. The guarantee shall be unconditional, irrevocable and valid for the entire period of the
contract, namely till the end of the defect liability period of 220kV GIS under the contract. The bank
guarantee amount shall be payable to the Employer on demand without any reservation or demur.
This shall be in addition to the contract performance guarantee furnished by the contractor.
5.0 We the collaborator/parent company/principal and bidder/contractor and /or manufacturer agree that
this undertaking shall be irrevocable and shall from an integral part of the contract and further agree
that this undertaking shall continue to be enforceable till the Employer discharges it. It shall become
operative from the effective date of contract.
IN WITNESS WHEREOF the collaborator/parent company/principal and bidder/contractor and /or
manufacturer, have through their Authorized Representatives executed these present and affixed common
seals of their respective Companies, on the day, month and year first above mentioned.
_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 60 of 62
WITNESSES:
For Collaborator/parent company/principal
1.----------------------- Signature of Authorized Representative
(Signature)
(Name in Block Letter) Name--------------------
(Office Address) Common seal of Company ----------------------------

2.----------------------- Signature of Authorized Representative


(Signature)
(Name in Block Letter) Name--------------------
(Office Address) Common seal of Company--------------------------------

For Manufacturer

3.----------------------- Signature of Authorized Representative


(Signature)
(Name in Block Letter) Name--------------------
(Office Address) Common seal of Company--------------------------------

Note:
(i) This deed of Joint undertaking duly certified by the Company Secretary shall be submitted along
with the bid. Further, the deed of Joint Undertaking attested by Notary Public of the place(s) of the
respective executants (s) or registered with the Indian Embassy/ High Commission in the country
shall be submitted by the bidder before opening of price bid. In case the bidder fails to submit the
deed of Joint Undertaking as mentioned above, the bidders bid guarantee may be forfeited.
(ii) In the event the bidder is a Manufacturer and the collaboration is between collaborator and the
Bidder, then the Joint deed of Undertaking shall be continued accordingly.
(iii) *The name(s) of equipment for which Joint deed of undertaking is to be submitted is to be inserted.
(iv) The manufacturer may be having ongoing collaboration agreement or had collaboration agreement
in the past with the collaborator.

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 61 of 62
19.FORM OF TAKING OVER CERTIFICATE

Date…………………...

Name of Contract………
Contract No…………...

To:

(Name and address of the Contractor)

Dear Ladies and/or Gentlemen,

Pursuant to CC 24 & 25 of the Conditions of the Contract entered into between yourselves and the
Employer dated …………………..…………... relating to the ...………………………………...
(Brief description of the Facilities)
we hereby notify you that the following part(s) of the Facilities was (were) complete on the date specified
below, and that, in accordance with the terms of the Contract, the Employer hereby takes over the said
part(s) of the Facilities, together with the responsibility for care and custody and the risk of loss thereof on
the date mentioned below:

1. Description of the Facilities or part thereof... …………………………………...

2. Date of Completion…

However, you are required to complete the outstanding items listed in the attachment hereto as soon as
practicable.

This letter does not relieve you of your obligation to complete the execution of the Facilities in accordance
with the Contract nor of your obligations during the Defects Liability Period.

Very truly yours,

Title
(Project Manager)

_____________________________________________________________________________________________________________________
Section: VI – Forms and Procedure (F & P) Page 62 of 62
DELHI TRANSCO LTD
(A Government of NCT of Delhi Undertaking)

Bidding Documents
For
Design, Engineering, Manufacturing, Supply, Erection, Testing
& Commissioning of 220/33 kV GIS Sub-Station with complete
civil works & automation at Rajghat Power House New Delhi
(India) on Turnkey Basis.

VOLUME – II

TECHNICAL SPECIFICATIONS
VOLUME-II
TECHNICAL SPECIFICATIONS

SECTION 1: PROJECT
SECTION 2: GAS INSULATED SWITCHGEAR (GIS)
SECTION 3: GENERAL TECHNICAL REQUIREMENTS (GTR)
SECTION 4: SPECIAL EQUIPMENTS
SECTION 5: FIRE PROTECTION SYSTEM
SECTION 6: LT SWITCHGEAR
SECTION 7: BATTERY & BATTERY CHARGER
SECTION 8: LIGHTING SYSTEM
SECTION 9: LT TRANSFORMER
SECTION 10: DIESEL GENERATOR
SECTION 11: SWITCHYARD
SECTION 12: CIVIL WORKS
SECTION 13: SUBSTATION AUTOMATION
SECTION 14: C & R PANEL
SECTION 15: POWER & CONTROL CABLE
SECTION 16: CCTV
SECTION 17: FIBRE OPTIC TERMINAL EQUIPMENT (FOTE)
SECTION 18: LA
SECTION 19: REACTOR
SECTION 20: CAPACITOR BANK
SECTION-I

PROJECT
SECTION-1
PROJECT
1.0 GENERAL
1.1 Delhi Transco Limited hereinafter termed as DTL or Owner/Purchaser is a company
incorporated under Company Act 2013, fully owned by Govt. of NCT of Delhi.
1.2 Delhi Transco Limited (DTL) is State Transmission Utility and responsible for Bulk
Power Transmission of Electrical Energy in National Capital Delhi.
1.3 The proposed work covers Design, Supply, Erection, Testing and Commissioning of
220/33kV GIS Substation with complete Civil Works and Automation at Rajghat
Power House - turnkey basis.

2.0 INTENT OF SPECIFICATION:


2.1 The specification covers the design, engineering, manufacture, fabrication, testing at
manufacturers works, delivery, unloading at site, storage, erection, testing and
commissioning at site of the complete 220/33kV switchyard including indoor SF6
gas insulated metal enclosed switchgear (GIS), foundations for Three Nos. 100 MVA
Transformers with fire protection system (NIFPES) and associated civil works, 220
kV reactors, 33 kV capacitor banks, Lightening Arrestor, Integration and
Connectivity of 100 MVA, 220/33kV Power Transformers with 220/33 kV GIS
Transformer Bays alongwith associated equipments and associated works, Substation
Automation with Relay & Protection, CCTV and remote monitoring, optical fiber
equipments & Communication (Converter) Equipments, FOTE, associated civil
works, internal roads, drains, necessary buildings etc, other electrical and mechanical
auxiliary systems and dismantling work on turnkey basis. Bidder shall also ensure
GIS compatibility for line feeder/cable termination and provide the ancillary
equipment required for the same. 11kV Cable (from Metering Cubicle onward) and
room for Discom (if required) shall be in the scope of Bidder. Lead sheath shall not
be allowed in 33kV XLPE cable.
2.2 The supply will include all supporting structures, auxiliary equipments, mechanical
linkages, hydraulic piping (if applicable) for control devices with pumps, SF6 gas
piping, auxiliary circuits wiring, interlocking devices, current and voltage
transformers, cable end boxes and SF6 bus ducts.
2.3 It is the intent of this specification to describe primary features, materials, and design
& performance requirements and to establish minimum standards for the work.
2.4 The specification is not intended to specify the complete details of various practices
of manufactures/ bidders, but to specify the requirements with regard to performance,
durability and satisfactory operation under the specified site conditions.

3.0 SCOPE OF WORK


I. 220 kV SYSTEM
The new 245kV SF6 Gas Insulated Switchgear shall have double bus bar
arrangement as under:

S No. Bay Description Quantity in Nos.


1. Transformer bay 04
2. Bus-Coupler bay 01
3. Feeder bays 04
4. Reactor bays 02

Section-I Project Page 1 of 38


The SF6 gas insulated switchgear rated for 220kV, 3-phase/three 1-phase, 50 Hz
shall be of indoor metal-enclosed Double Bus Bar type, comprising of following
items:

(A) Double bus bar arrangement, 3-phase/three 1-phase Isolated Unit, 2500A,
SF 6 Gas Insulated Metal Enclosed Bus Bar, each comprising of:
i. Bus bars enclosures running along the length of the switch gear to interconnect each
of the circuit breaker bay modules in double main bus system.
ii. Three voltage transformers/PTs.
iii. One 3-phase, single pole, group operated isolator/disconnector with One 3-phase,
single pole, group operated earthing switch with manual and motor driven operating
mechanisms.
iv. GIS duct with gas monitoring devices, barriers, pressure switches, UHF based partial
discharge measurement sensors etc. as required.
v. Local control cubicle (if required).

(B) Bus Coupler Bay Module, each comprising of :


i. One 2500 A, 3-phase, SF6 gas insulated circuit breaker, complete with operating
mechanism.
ii. Three 5-core, 1600-800/1-1-1-1-1 A single phase current transformers
iii. Two 3- phase, single pole, group operated isolator switches 2500A, complete with
manual and motor driven operating mechanisms.
iv. Two 3-phase, single pole, group operated safety grounding switches, complete with
manual and motor driven operating mechanisms.
v. GIS duct with gas monitoring devices, barriers, pressure switches, UHF based partial
discharge measurement sensors etc. as required.
vi. Local Control Cubicle (if required).

(C) Transformer Bay Module, each comprising of:


i. One 1600 A, 3-phase, SF 6 gas insulated circuit breaker, complete with operating
mechanism.
ii. Three 5-core, 800-400/1-1-1-1-1 A single phase current transformers.
iii. Three 3-phase, single pole, group operated isolator switches 1600A, complete with
manual and motor driven operating mechanisms.
iv. Three 3-phases, single pole group operated safety grounding switches, complete with
group operated manual and motor driven operating mechanisms.
v. GIS Bus duct with gas monitoring device, barriers, pressure switch, UHF based
partial discharge measurement sensors etc as required.
vi. Local control cubicle (if required).

(D) Reactor Bay Module, each comprising of:


i. One 1600 A, 3-phase, SF 6 gas insulated circuit breaker, complete with operating
mechanism.
ii. Three 5-core, 800-400/1-1-1-1-1 A single phase current transformers.
iii. Three 3-phase, single pole, group operated isolator switches 1600A, complete with
manual and motor driven operating mechanisms.
iv. Three 3-phases, single pole group operated safety grounding switches, complete with
group operated manual and motor driven operating mechanisms.

Section-I Project Page 2 of 38


v. GIS Bus duct with gas monitoring device, barriers, pressure switch, UHF based
partial discharge measurement sensors etc as required.
vi. Local control cubicle (if required).

(E) Feeder Bay Module, each comprising of:


i. One 1600 A, 3-phase, SF6 insulated circuit breaker, complete with operating
mechanism.
ii. Three 5-core 800-400/1-1-1-1-1A single phase current transformers.
iii. Three 3-phase, single pole, group operated isolator switches 1600A, complete with
manual and motor driven operating mechanisms.
iv. Two 3-phases, single pole group operated safety grounding switches, complete with
manual and motor driven operating mechanisms.
v. One 3-phase, single pole, high speed fault make grounding switch, complete with
group operated manual and motor driven operating mechanisms.
vi. Three, 3-core, single phase voltage transformers/ PTs
vii. Three single phase, SF 6 GIS type surge arresters
viii. GIS duct with gas monitoring device, barriers, pressure switch, UHF based partial
discharge measurement sensors etc. as required.
ix. Local control cubicle (if required).

(F) 245kV, 1600A, 40kA for 1 Second, SF6 Gas insulated Bus Duct (GIB) for
feeder/transformer/reactor bay modules outside GIS hall with support structure (along
with Gas monitoring devices, barriers, pressure switches, UHF based partial
discharge measurement sensors etc. as required) and SF6 to air bushings for
connecting GIS with respective gantry/equipment.

(G) 198 kV, 10 kA conventional outdoor type Lighting Arrestor (L.A.) with
Surge/discharge counter, mill ampere meter and suitable connector etc., Steel for
support structure, ACSR Conductor, Hardware Fittings, etc.

(H) The Switchgear shall be complete with all necessary terminal boxes, SF6 gas filling,
interconnecting power and control wiring, grounding connections, gas monitoring
equipment and piping, support structures and UHF based partial discharge
measurement sensors, etc.
(I) 220 kV, 25 MVAR reactors along with suitable NCT & complete associated
equipment/accessories.

(II) 33 kV System
36kV SF 6 gas insulated switch gear shall have double bus bar arrangement as under:

S No. Description Quantity in Nos.


1. Transformer bay 04
2. Bus-Coupler bay 02
3. Bus Section bay 02
3. Feeder bay 16

The SF6 Gas Insulated Switchgear rated for 33kV, 3-phase , 50Hz, 31.5kA fault
level shall be of the indoor metal-enclosed type, comprising of following items:

Section-I Project Page 3 of 38


(A) 36kV Double bus bar arrangement, 2500A, Three-phase or Single phase
encapsulated SF 6 gas insulated, metal enclosed bus bars, each Bus Bar
comprising of :
i. Bus bar enclosures running along the length of the switchgear to interconnect each of
the circuit breaker bay modules in double main bus system.
ii. Three voltage transformers/PTs.
iii. One, 3-phase, single pole, group operated isolator/disconnector with one 3-phase,
single pole, group operated earthing switch with manual and motor driven operating
mechanisms.
iv. Gas monitoring equipment, barriers, pressure switches etc.
v. Local control cubicle (if required).
(B) 36kV, 2500A Bus coupler bay module each comprising of :
i. One 2500 A, 3-phase, Circuit Breaker, complete with operating mechanism
ii. Three 3-core (2000/1-1-1 A), single phase current transformers.
iii. Two 3-phase, single pole, group operated isolator switches (2500A) each with three
phase single pole group operated Earthing switch and complete with manual and
motor driven operating mechanisms.
iv. Gas monitoring equipment.
v. Local control cubicle (if required).
(C) 36kV, 2500A Bus Section bay module each comprising of :
i. One 2500 A, 3-phase, Circuit Breaker, complete with operating mechanism
ii. Three 3-core (2000/1-1-1 A), single phase current transformers
iii. Two 3-phase, single pole, group operated isolator switches (2500A) each with three
phase single pole group operated earthing switch and complete with manual and
motor driven operating mechanisms.
iv. Gas monitoring equipment.
v. Local control cubicle (if required).
(D) 36kV, 2500A Incomer Bay Module each comprising of:
i. One 2500A, 3-phase, Circuit Breaker, complete with operating mechanism.
ii. Three 3-core (2000/1-1-1 A), single phase current transformers.
iii. One 3-phase, single pole, group operated isolator switch (2500A) complete with
manual and motor driven operating mechanisms.
iv. One 3-phase, single pole, group operated isolator switch (2500A) with one 3-phase,
single pole, group operated earthing switch, complete with manual and motor driven
operating mechanisms.
v. Three, single phase SF6 GIS type Surge Arrester.
vi. Suitable provision for testing of cable.
vii. Gas monitoring equipment.
viii. Gas insulated terminal connection for connecting Transformer through suitable size
& number of XLPE copper cable considering 110% continuously loading with cable
termination enclosure/bus duct and accessories with GIS etc. to complete transformer
bay module.
ix. Local control cubicle (if required).

(E) Outgoing line feeder bay module, each comprising of:


i. One 1250A, 3-phase, circuit breaker, complete with operating mechanism.
ii. Three 3-core (800-400/1-1-1A), single phase current transformers.

Section-I Project Page 4 of 38


iii. One 1250A, 3-phase, single pole, group operated isolator switch complete with
manual and motor driven operating mechanisms.
iv. One 1250A, 3-phase, single pole, group operated isolator switch with one 3-phase,
single pole, group operated earthing switch, complete with manual and motor driven
operating mechanisms.
v. Three, 3-core, single phase voltage transformers/ PTs.
vi. Three, single phase SF6 GIS type Surge Arrester.
vii. Suitable provision for testing of cable.
viii. Gas monitoring equipment.
ix. Gas insulated terminal connection for connecting XLPE cable with cable termination
enclosure and accessories with GIS etc to complete feeder bay module.
x. Local control cubicle.(if required)

(F) The scope of work also covers connection of 33kV GIS with 100MVA Power
Transformer through single phase SF6 / XLPE cable terminations. The 33 kV XLPE
copper cable shall be designed by the bidder considering 110% continuously loading
of 33kV side of the 100MVA Transformer including indoor, outdoor termination and
connection with 33kV bushings of transformer through Al/Cu bus-bar.
(G) The scope of work also covers 33 kV, 10 MVAR capacitor banks along with
complete associated equipment/accessories and connection of 33kV GIS with 33 kV
capacitor bank through single phase SF6 / XLPE cable terminations. The 33 kV
XLPE copper cable shall be designed by the bidder considering 110% continuously
loading of 33kVcapacitor bank including indoor, outdoor termination.

(III) The scope generally covers following also:


1. Complete sub-station automation system based on IEC 61850 including hardware and
software for remote control station, relay and protection system along with associated
equipments and kiosk for following bays (bay as defined in technical specification,
section : Sub-Station Automation):
220kV: 11 bays
33 kV : 24 bays
The sub-station should have the provision to be controlled from a remote location
and mode of communication shall be optical fiber for all voltage levels. Bidder shall
provide FOTE equipments alongwith Tele-protection cards for remote and substation
also. Fiber Optic cable inside the substation and FODB alongwith patch chord at
local and remote end and for successful operation are in contractor’s scope. FOTE
for both ends shall have provision for eight command tele-protection and two current
differential protection interface. The protection requirement shall be fulfilled by the
contractor for successful commissioning. Suitable Converters/provision shall be
made by Contractors for commissioning of FOTE system and only 220V Battery
System shall be used.
2. Complete relay and protection system.
3. Bus Post Insulators, insulator strings and hardware, clamps & connectors, terminal
connector, C-Wedge Connectors, Cu-Al Bus Bar, HDPE Pipes, Conductor, earth
wire and earthing materials, spacers, cable supporting angles/channels, Cable trays &
covers, Junction box, buried cable trenches etc.

4. One no. 400kVA, 11kV/433V LT Transformer having 170kVp BIL at 11kV side
including bushings, accessories and first filling of oil & one no. 400kVA,

Section-I Project Page 5 of 38


11kV/433V LT Transformer having 75kVp BIL at 11kV side including bushings,
accessories and first filling of oil.

The auxiliary transformers of rating 400kVA shall be used to feed the substation
auxiliaries.

The 400 kVA, 11/0.433 kV (170kVp - BIL) auxiliary transformer shall be connected
through overhead conductor to the tertiary of any one of the 100 MVA power
transformers and shall be located near the power transformer while another 400kVA
(75kVp - BIL) auxiliary transformer shall be located in LT station area and HT side
shall be connected with Discom supply through 11kV HT Cable. These auxiliary
transformers should not be used for construction purpose.

5. Fire Detection, Alarm & Protection for GIS room and control room building, DG Set
etc.
6. Air Conditioning System as per specification in section substation automation
system.
7. Ventilation system for 220 kV and 33kV GIS hall. The requirement of ventilation
system shall be as per Annexure-V.
8. LT switchgear
9. 250kVA Outdoor Silent type DG Set.
10. 220V Batteries & Battery Chargers.
11. 1.1kV grade Power & Control cables along with complete accessories.
12. Measurement of resistivity, Earthing Design and laying of Earthmat.
13. Complete lighting and illumination of the installation. This shall include the
illumination for GIS Building, control room building including, outdoor yard, street
lights (if any). The specification for control room GIS building illumination shall be
as per Annexure-IV.
14. Provision of CCTV camera for complete supervision of 220kV/33kV GIS hall, main
entrance gate of substation, LT room, battery charger room, outdoor camera for
monitoring of transformers and switchyard equipments from control room as well as
from remote location other than substation. The cameras should be installed in such a
way that the complete substation should be visible from remote for unmanned
operation. The provision of Online viewing of camera from remote substation should
be made by contractor.
15. Special Equipments for testing and maintenance.
16. Bidder shall arrange suitable provision for testing of 220 kV and 33 kV cables after
isolation from the main GIS. In addition, one set of each size of test bushing/plug
shall also be provided for testing purpose. Provision for space for termination of
cable/ Overhead line shall be kept during designing stage.
17. Purchaser’s site office and stores are in the scope of the bidder.
18. Bidder has to submit a ‘Model’ of the substation before starting actual work at site.
19. Mandatory Spares.
20. 11kV protection IEDs shall have integration with SCADA. ACDB, DCDB and
battery charger shall be communicable and integrated with SCADA.
21. The work to be done under this specification comprises the provision of all labour,
plant, equipment and material and the performance of all work necessary for the
complete installation and commissioning of switchyard. It is hereby required that the
contractor should provide all apparatus, appliances, material and labour etc. not

Section-I Project Page 6 of 38


specifically mentioned or included, but are necessary to complete the entire work or
any portion of the work in compliance with the requirements implied in this
specification is deemed to be included in the scope of contractor.
22. The scope of work shall cover, in complete conformity with the specifications, the
following:-
A single line schematic of the 220 kV and 33 kV SF6 gas insulated switchgear with
double bus bar arrangement is enclosed with the specification. In case any additional
equipment is required, the same should be included in the scope of the supply and the
offer should be complete and comprehensive. In addition all necessary platforms,
supports, ladders and catwalks etc. for operation & maintenance work shall also be
supplied. A tentative layout of the switchyard is enclosed with this specification.
Bidder may adopt similar arrangement or optimize the same further without affecting
any of the functional requirements specified.
23. Any other equipment/material required for completing the specified scope.
24. Connectivity and integration of GIS Bays with 100 MVA, 220/33/11 KV Power
Transformers along with associated equipments & works, cabling, provision of
DC/AC supply and earthing for transformers is in the scope of this package. All civil
works pertaining to foundation for transformers/reactors, accessories and NIFPES,
including rail track, soak pit & sump pit, fire resistant wall, grating etc. shall be in the
scope of this package. DTL shall furnish all relevant drawing/data of 100 MVA
220/33/11 kV Power Transformer for design of foundation to the bidder within Four
Months from the date of award. Transformer and accessories with spares etc.
supplied by Transformer Manufacturer shall be received by DTL and provision for
separate stores for it shall be provided by GIS bidder until the commissioning of sub-
station. The watch and ward of complete site shall however be in the scope of this
package. Power supply for running of oil filter machine for transformers, testing and
erection work until commissioning is in the scope of this package.
25. XLPE Power cable with termination kit for 33kV side for connecting 100MVA
transformers and capacitor bank with 33kV GIS.
26. Lightening Mast / GI Shield wire.
27. EOT Crane for 220kV GIS Room.
28. Dismantling of existing 220/33 kV equipments and transportation to DTL store or
any other site of DTL.
3.1 Civil works- The work shall include but not limited to the following:-
i. Soil Investigation.
ii. Design, Engineering and civil work for:
a. Buildings for control room and GIS hall (including furniture) as per details in Section
civil works.
b. Foundation of 100 MVA Power Transformers including soak pit, sump pit, fire
protection wall etc.
c. Foundation of 220 kV, 25 MVAR Shunt Reactors & 10 MVAR Capacitor bank
d. Foundation of 400KVA LT transformers.
e. Foundation of 250KVA DG set.
f. Foundation for Lightning Arrester.
g. Transformer fire walls.
h. RCC in foundation including earth work in excavating disposal of surplus earth PCC,
RCC, reinforcement steel for structures and equipments.
i. Roads including all crossings, Main road infront of ICTs with connecting rail
j. Site surfacing (gravelling) and anti weed treatment of complete switchyard area with

Section-I Project Page 7 of 38


provision of anti-termite treatment in control room building.
k. Cable trenches including all types of crossings (including power cable trench).
l. Switchyard fencing along with gates.
m. Rain Water harvesting.
n. Drainage system in the substation including storm water drainage.
o. Pump house including monoblock pump and accessories.
p. Underground tank, Submersible pump.
q. Parking Shed, DTL site Office (Porta cabin with furniture and AC), Security hut.
r. All civil works associated with erection of SF6 gas insulated metal enclosed
switchgear including their foundation.
s. Foundation for High Mast.
t. Foundation for Lattice and pipe structures.
u. Foundation for lighting poles, panels & control cubicles of equipments wherever
required.
v. RCC frame boundary wall with brick paneling i/c gate
w. Any other work required for functional requirement of establishment of the
substation.

3.2 Before proceeding with the construction work of the substation, the Contractor shall
fully familiarize himself with the site conditions, General Arrangements and scheme
etc. Though the Purchaser shall endeavor to provide the information, it shall not be
binding for the Purchaser to provide the same. The bidders are advised to visit the
substation site and acquaint themselves with the topography, infrastructure and also
the design philosophy. The bidder shall be fully responsible for providing all
equipments, materials, system and services specified or otherwise which are required
to complete the construction and successful commissioning, operation & maintenance
of the substation in all respects. All materials required for the Civil and construction/
installation work shall be supplied by the Contractor. The cement and steel shall also
be supplied by the Contractor.
The complete design (unless specified otherwise in specification elsewhere) and
detailed engineering shall be done by the Contractor based on conceptual tender
drawings.
3.3 The Contractor shall also be responsible for the overall co-ordination with
internal/external agencies, project management, training of Purchaser's manpower,
loading, unloading, handling, moving to final destination for successful erection,
testing and commissioning of the substation/switchyard.
3.4 Design of substation and its associated electrical & mechanical auxiliaries systems
includes preparation of single line diagrams and electrical layouts for extension area,
erection key diagrams, electrical and physical clearance diagrams, design
calculations for Earth mat, control and protection schematics, wiring and termination
schedules, civil designs (as applicable) and drawings, design of fire fighting system
and air conditioning system, indoor/ outdoor lighting/illumination and other relevant
drawings & documents required for engineering of all facilities under the scope of
this contract.
3.5 Water based firefighting and reservoir are not envisaged.
Pump and pump house is required for evacuation of surface/rain water or water
logging in substation premises, primarily for water accumulated in
trenches/drains/Cellar. Moreover, Pump will also function for regulating water to
water harvesting system.

Section-I Project Page 8 of 38


3.6 The Bidder shall keep the provision of service bays for increasing the length of GIS
room to meet the future requirement, keeping the width of the building same. GIS
building size shall be frozen after considering the requirement of future bays if any.
3.7 Specific Exclusions
The following items of work are specifically excluded from the scope of the
specifications for substation:
1. Supply and ETC of 03 Nos. 100MVA Power Transformers.
2. Road outside Boundary Wall.
3.8 Any other items not specifically mentioned in the specification but which are required
for erection, testing and commissioning and satisfactory operation of the substation
are deemed included in the scope of the specification unless specifically excluded.
3.9 Purchaser has standardized its technical specification for various equipments and
works for different voltage levels. Items, which are not applicable for the scope of this
package as per schedule of quantities described in Bid Price Schedule, the technical
specification for such items should not be referred to.
4.0 PHYSICAL AND OTHER PARAMETERS
4.1 Location of the Substation - The location of substation is indicated below:

Name of Substation Name of State Nearest Railway Railway


Stn. Head
Rajghat Power House Delhi Region Delhi Northern
Railways

4.2 Meteorological data


The meteorological data of the substation shall be handed over to successful bidder
However for design purposes, ambient temperature and altitude shall be considered as
50 degree centigrade and less than 1000 mtr above MSL, respectively.

4.3 Soil Data


The bidder shall be responsible for carrying out the required tests and should fully
satisfy himself about the nature of soil expected to be encountered prior to the
submission of bid. Any variation of soil data during detailed engineering or
construction stage shall not constitute a valid reason in affecting the terms and
conditions of the bid.

5.0 SCHEDULE OF QUANTITIES


The requirement of various items/equipments and civil works are indicated in Bid
price Schedules.
All equipments/items and civil works for which quantities has been given in the price
schedule shall be payable on unit rate basis. During actual execution, any variation in
such quantities shall be paid based on the unit rate under each item incorporated in the
letter of award.
Wherever the quantities of items/works are not indicated, the bidder is required to
estimate the quantity required for entire execution and completion of works and
incorporate their price in respective Bid price schedules.
The detailed list of the mandatory spares with break up is given in the annexure I.
Bidder should include all such items in the bid proposal sheets, which are not
specifically mentioned but are essential for the execution of the contract. Item which

Section-I Project Page 9 of 38


explicitly may not appear in various schedules and required for successful
commissioning of substation shall be included in the bid price and shall be provided at
no extra cost to Purchaser.

6.0 BASIC REFERENCE DRAWINGS


6.1 220/33kV GIS substation at Rajghat Power House is a new Gas Insulated Substation.
For 220 kV and 33 kV voltage level, Double bus switching scheme layout
arrangement shall be used. Single line diagram and layout arrangements are enclosed
with the bid documents, which shall be further engineered by the bidder.

The drawings enclosed in Annexure-II shall give the basic scheme, layout of
substation, substation building, associated services etc. In case of any discrepancy
between the drawings and text of specification, the requirements of text shall prevail
in general. However, the Bidder is advised to get these clarified from Purchaser.

6.2 The auxiliary transformers of rating 400kVA shall be used to feed the substation
auxiliaries.

The 400 kVA, 11/0.433 kV (170kVp - BIL) auxiliary transformer shall be connected
through overhead conductor to the tertiary of any one of the 100 MVA power
transformers and shall be located near the power transformer while another 400kVA
(75kVp - BIL) auxiliary transformer shall be located in LT station area and HT side
shall be connected with Discom supply through 11kV HT Cable. These auxiliary
transformers should not be used for construction purpose.
7.0 ORDER OF PRECEDENCE OF DIFFERENT SECTIONS OF TECHNICAL
SPECIFICATION
In case of any discrepancy between Section Project, Bill of Material, GTR, equipment
Technical Specification Single Line Diagram, Section-PROJECT shall prevail over
all other sections and the order of precedence shall be as follows:
Section-1, Vol-II: Section Project
Section-4, Vol-III: Price Schedules
Section 2 to Section 18 , Vol-II
Single Line Diagram
Layout.

For the purpose of present scope of work, the order of precedence between various
sections of Volume-II (Technical specification) shall be as under and they should be
read in conjunction with each other:
In case of any discrepancy between Section-PROJECT, Section- GTR and other
technical specifications on scope of works, Section-PROJECT shall prevail over all
other sections.

In case of any discrepancy between Section-GTR and individual sections for various
equipments, requirement of individual equipment section shall prevail.

8.0 MANDATORY SPARES


8.1 Mandatory Spares shall be included in bid proposal by the bidder. Prices of these
spares shall be given by the Bidder in relevant price schedule and shall be considered
for evaluation of bid. It shall not be binding on the Purchaser to procure all of these
mandatory spares.

Section-I Project Page 10 of 38


8.2 The bidder is clarified that no mandatory spares shall be used during commissioning
of the equipment. Any spares required for commissioning purpose shall be arranged
by the Contractor separately. The unutilized spares if any brought for commissioning
purpose shall be taken back by the contractor.

9.0 SPECIAL TOOLS AND TACKLES


The bidder shall include in his proposal the deployment of all special tools and tackles
required for erection, testing, commissioning and maintenance of equipment.
However a list of all such devices should be indicated in the relevant price schedule.
In addition to this the Contractor shall also furnish a list of special tools and tackles
for the various equipment in a manner to be referred by the Purchaser during the
operation of these equipment.

10.0 FACILITIES TO BE ARRANGED BY THE CONTRACTOR


10.1 For construction purpose, the Contractor shall arrange suitable electricity supply from
the Distribution Utility at his own cost and in case of failure of power due to any
unavoidable circumstances, the contractor shall make his own necessary arrangements
like diesel generator sets etc., at his own cost so that progress of work is not affected
and Employer shall in no case be responsible for any delay in works because of non-
availability of power.
10.2 The contractor shall make his own arrangement for water supply at his own cost and
the Employer shall in no case be responsible for any delay in works because of non-
availability or inadequate availability of water.

11.0 TERTIARY WINDING (TRANSFORMER)


The auxiliary transformer of rating 400 KVA, 11/0.433 kV (170kVp – BIL ) shall be
used to feed the substation auxiliaries which shall be connected through overhead
conductor to the tertiary of any one of the 100 MVA Power Transformers and shall be
located near the power transformer. This auxiliary transformer should not be used for
construction purpose. The details of equipment associated with loading tertiary
winding are enclosed as Annexure-III.

12.0 SPECIFIC REQUIREMENT


12.1 Training of Owner’s Personnel
12.2 The successful tenderer shall also arrange the training of owner’s/purchaser’s
engineers at the manufacturer’s works/facility from where the equipment is being
supplied for 120 man days in Design, Manufacturing and Testing of equipment being
supplied. To & fro air fare including boarding and lodging shall be borne by the
owner/purchaser and no separate charges for training shall be paid.
12.3 Bidder shall conduct type tests on equipments other than GIS if required in their
respective section.
12.4 The contractor shall place their panels i.e. Bay level units, bay mimic, relay and
protection panels etc in an enclosure for 220 kV and 33 kV in respective GIS hall.
The enclosure shall be air-conditioned and requirement of air-conditioning shall be as
detailed in section Sub-Station Automation System clause no. 4.3.
12.5 Control, monitoring and protections (over current and open delta protections) for
Auxiliary transformer and associated equipments shall be from auxiliary BCU to be
provided as per section sub-station automation.
12.6 The specification of 33 kV XLPE cable required for interconnection between 33 kV

Section-I Project Page 11 of 38


side of power transformer to 33 kV GIS hall is enclosed as Annexure-VI. Cable shall
be laid with arrangement of cellar and pull pit. The formation and the other details
shall be finalized during detailed engineering.
12.7 As 220 kV and 33 kV GIS may be extended in near future, the contractor shall make
available all details such as cross section, gas pressure etc required to design adapter
in future for extension of both GIS during detailed engineering.
12.8 The bidder shall be responsible for safety of human and equipment during the
working. It will be the responsibility of the Contractor to co-ordinate and obtain
Electrical Inspector's clearance before commissioning. Any additional items,
modification due to observation of such statutory authorities shall be provided by the
Contractor at no extra cost to the Purchaser.
12.9 In Section-GTR and other technical specifications, the word ‘Employer’ and/or
‘Owner’ may be read as ‘Purchaser’.

13.0 List of Annexures to Section Project:


Annexure-I: Mandatory spares for equipments with break up mentioned in
relevant bid price schedules (Vol.-III).
Annexure-II: List of drawings for 220/33 kV Gas Insulated Sub-Station Dev
Nagar
Annexure-III: Technical parameters for tertiary loading equipments for 100
MVA transformer
Annexure-IV: Lighting specification
Annexure-V: Ventilation system for GIS hall
Annexure-VI: Technical specification for 33kV XLPE cable
Annexure-VII: Technical specification of 33kV current transformer of ratio 400-
200-100/1-1-1 A for tertiary loading of 100MVA power
transformer
Annexure-VIII: Fire detection and alarm system

Section-I Project Page 12 of 38


Annexure-I

SPARES FOR GAS INSULATED SWITCHGEAR (GIS)

SI. No. Description Quantity


A Spares for 220 kV and 33 kV GIS
1.0 General
1.1 Cable Connection Enclosure with the main Circuit (1 no. of each 1 set
type)
1.2 SF6 gas Pressure Relief Devices, 3 Nos. of each type 2 sets
1.3 SF6 Pressure gauge cum switch OR Density monitors and pressure 1 set
switch as applicable (1 no. of each type)
1.4 Coupling device for pressure gauge cum switch for connecting Gas 2 sets
handling plant
1.5 Rubber Gaskets, “O” Rings and Seals for SF6 gas of each type 1 set
1.6 Molecular filter for SF6 gas with filter bags 20% of total
weight
1.7 All types of Control Valves for SF6 gas of each type 2 sets
1.8 SF6 gas 20 % of total
gas quantity
1.9 All types of coupling for SF6 gas (1 no. of each type) 1 set
1.10 Pipe length (Copper or Steel as applicable) for SF6 Circuit of each 1 set
type
1.11 Covers with all accessories necessary to close a compartment in case of
dismantling of any of any part of the Enclosure to ensure the sealing of this
compartment
1.11.1 For 3 Phase Enclosure 2 Nos.
1.11.2 For Single phase enclosure 3 Nos.
1.12 Locking device to keep the Disconnectors (Isolators) and Earthing 1 set
switches in close or open position in case of removal of the driving
Mechanism
1.13 Bushing for dielectric test on the Cable 1 No.
1.14 Bus Support insulator of each type for 3 phase/single phase 5% of
enclosure. population
1.15 SF6 to air bushing (each type & rating) 1 set
1.16 Any other common spare, maintenance and testing tool for 220 kV 1 Set
GIS
2.0 A 220 kV SF6 CIRCUIT BREAKER:
2.1 Complete Circuit Breaker pole of each type & rating complete with 3 Nos.
interrupter, main circuit, enclosure and Marshalling Box with
operating mechanism
2.2 Fixed, moving and arcing contacts including insulating nozzles 3 1 set
Nos. of each type
2.3 Rubber gaskets, `O' rings and seals for SF6 gas of each type 1 set
2.4 Trip coil assembly with resistor as applicable, 3 Nos. of each type 2 sets
2.5 Closing coil assembly with resistor as applicable, 3 Nos. of each 2 sets
type
Section-I Project Page 13 of 38
SI. No. Description Quantity
2.6 Molecular filter for SF6 gas with filter bags 10% of total
quantity used
2.7 SF6 Pressure gauge cum switch OR Density monitors and pressure 1 set
switch as applicable, 3 Nos. of each type
2.8 Coupling device for pressure gauge cum switch/ for connecting Gas 1 set
handling plant, 3 Nos. of each type
2.9 Corona rings if applicable 1 set
2.10 Relays, Power contactors, push buttons, timers & MCBs etc of each 1 set
type & rating
2.11 Closing assembly/ valve, 3 Nos. of each type 2 sets
2.12 Trip assembly/ valve, 3 Nos. of each type 2 sets
2.13 Auxiliary switch assembly, 3 Nos. of each type 1 set
2.14 Operation Counter, 3 Nos. of each type 1 set
2.15 Rupture disc, 3 Nos. of each type 1 set
2.16 Windoscope / Observing window, 3 Nos. of each type 1 set
2.17 Spring operated closing mechanism, 1 Nos. of each type, if 1 set
applicable
2.18 Terminal Pad & connectors 1 set
2.19 For Hydraulic Operated Mechanism, if applicable
2.19.1 Hydraulic operating mechanism with drive motor, 3 Nos. of each 1 set
type
2.19.2 Ferrules, joints and couplings, 3 Nos. of each type 1 set
2.19.3 Hydraulic filter, 3 Nos. of each type 1 set
2.19.4 Hose pipe, 3 Nos. of each type 1 set
2.19.5 N2 Accumulator, 3 Nos. of each type 1 set
2.19.6 Pressure transducer, 3 Nos. of each type 1 set
2.19.7 Valves 3 Nos. of each type 1 set
2.19.8 Pipe length (copper & steel) 3 Nos. of each size & type 1 set
2.19.9 Pressure switches 3 Nos. of each type 1 set
2.19.10 Pressure gauge with coupling device, 3 Nos. of each type 1 set
2.19.11 Hydraulic oil 20% of total
qty. used
2.19.12 Pressure Relief Device, 3 Nos. of each type 2 sets
2.0B 33 kV SF6 CIRCUIT BREAKER:
2.1 36 kV, Three phase, Circuit Breaker interrupting chamber complete 1 no. of each
with all necessary apparatus. rating
2.2 Rubber gaskets, ‘O’ rings and seals 1 set
2.3 Trip coils with resistor. 3 nos.
2.4 Closing coils with resistor 3 nos.
2.5 Molecular filter. 3 sets.
2.6 Density/pressure monitoring systems 1 no.
2.7 Relays, Power contactors, push buttons, timers & MCB etc. 1 set
2.8 Closing assembly/ valve 1 no.
2.9 Trip assembly/ valve 1 no.
2.10 Pressure switches 1 set.
2.11 Auxiliary switch assembly 1 no.
2.12 Operation Counter 1 no.

Section-I Project Page 14 of 38


SI. No. Description Quantity
2.13 Rupture disc/diapharm 1 no.
2.14 Windoscope / Observing window 1 no.
2.15 36 kV, Three phase, Circuit Breaker operating mechanism, 1 no. of each
complete with all necessary connecting apparatus. rating
2.16 All types of coupling for SF6 gas(1 no. each type) 1 set
3.0A 220 kV ISOLATORS & Earth Switch:
3.1 Complete set of 3 nos. of single phase / one no. of 3-phase dis- 1 set
connector including main circuit, enclosure, driving mechanism
3.2 3 no. of single phase / one no of 3-phase Earthing switch including 1 set
main circuit, enclosure, driving mechanism.
3.3 Copper contact fingers for dis-connector male & female contact – 1 set
for one complete (3 phase) dis-connector of each type and rating
3.4 Copper contact fingers for earthing switch male & female contacts, 1 set
for one complete (3 phase) earthing switch of each type and rating
3.5 Open / Close contactor assembly, timers, key interlock for one 1 set
complete (3 phase) dis-connector and (3 phase) earthing switch of
each type and rating
3.6 Push button switch.-each type, as applicable 1 set
3.7 Limit switch and Aux. Switches for complete 3 phase equipment
3.7.1 For isolator 3 sets
3.7.2 For earth switch 1 set
3.8 Rotor housing bearing assembly for complete 3 phase equipment
3.8.1 For Isolator 2 sets
3.8.2 For earth switch 1 set
3.9 Motor with gear assembly for complete 3 phase equipment
3.9.1 For Isolator 3 sets
3.9.2 For earth switch 1 set
3.10 Corona shield rings as applicable 1 set
3.11 Hinge pins for complete 3 phase equipment
3.11.1 For Isolator 3 sets
3.11.2 For earth switch 1 set
3.12 Bearings for complete 3 phase equipment
3.12.1 For Isolator 5 sets
3.12.2 For earth switch 1 set
3.13 Interlocking coil with resistors, timers, key interlock for complete 3 1 set
phase equipment (each type and rating)
3.14 Relays, Power contactors, resistors, fuses, push buttons & MCBs
(complete for one 3 phase equipment)
3.14.1 For Isolator 3 sets
3.14.2 For earth switch 1 set
3.15 Terminal pad and connectors (complete for one 3 phase equipment)
3.15.1 For Isolator 2 sets
3.15.2 For earth switch 1 set
3.16 Aux. switch assembly (complete) with 10 NO & 10 NC OR more 1 set
contacts for both isolator & earth switch
3.0B 33 kV ISOLATORS & E/Switch:
3.1 33 kV, Single ph., Disconnecting Switch internal parts, complete 1 set.

Section-I Project Page 15 of 38


SI. No. Description Quantity
with all necessary gaskets, mounting hardware, etc.
3.2 33 kV, Three ph., Disconnecting Switch operating mechanism, 1 set.
complete with all necessary connecting apparatus.
3.3 33 kV, Single ph., Grounding Switch internal parts, complete with 1 set.
all necessary gaskets, mounting hardware etc
3.4 33 kV, Three ph., Grounding Switch operating mechanism, 1 set.
complete with all necessary connecting apparatus.
3.5 33 kV, single phase grounding switch, Internal parts complete with 1 set.
all necessary gaskets mounting hardware etc.
4.0A 220kV CURRENT TRANSFORMER
4.1 Complete CT of each type and rating with enclosure. 2 Nos.
4.2 Secondary bushing of each type 2 Sets
4.0B 33 kV CURRENT TRANSFORMER
4.1 Single phase current transformers of each rating. 3 no. of each
type
5.0A 220 kV Voltage Transformer
5.1 Complete PT of each type and rating 1 No.
5.0C 33 kV Voltage Transformer
5.1 Single phase VT complete with all Gaskets and mounting hardware. 3 no.
6.0B 220kV SURGE ARRESTOR (Indoor and Outdoor Type)
6.1 Complete normal L.A. of each type and ratings with insulating 1 No.
base, terminal connector, , Surge counter & accessories
6.2 Gas insulated LA for 220 kV of each type and ratings with all 1 No.
accessories as applicable
6.0C 33 kV SURGE ARRESTOR (Indoor and Outdoor type)
6.1 Complete surge arrestor of Indoor GIS type including insulating 3 no.
Base with Surge counter & accessories as applicable
6.2 Complete surge arrestor of outdoor GIS type including insulating 3 no.
Base with Surge counter & accessories as applicable
F DG Set
1 Set of Fuel filter (each type) 1 set
2 Solenoid Coil Assembly 1 No.
3 Self Starter assembly with clutch engaging and disengaging 1 No.
arrangements complete with motors
4 Lube Oil pressure safety control) 1 No.
5 High water temp. safety control 1 No.
6 Diode 1 No.
G BATTERIES
G1 220V Battery Bank
1 Spare Battery Cell 05 No.
2 Terminal connectors with nuts & bolts 10 No.
H Battery Charger
H1 Spares of 220V Battery Charger
1 Set of control cards (All PCB cards) 1 set
2 Set of relays 1 set
3 Set of contactor 1 set
4 Micro switches (If applicable) 1 set

Section-I Project Page 16 of 38


SI. No. Description Quantity
5 Filter capacitor 1 set
6 Three phase full wave bridge rectifier (Thyristor/diode) 1 set
7 Set of wound resistor (If applicable) 1 set
8 Set of switches 1 set
9 Potentiometer 1 set
10 Fuses of thyristor with indicator 1 set
K A/C AND VENTILATION
1 Package A/C units (of each type & rating) 1 set
L ILLUMINATIONS
L1 Single Pole MCB 2% of total
population of
each rating
L2 Triple pole MCB 2% of total
population of
each rating

L3 Sodium vapour /Mercury vapour Lamps


1 Lamp 10 No.
2 Ballast 5 No.
3 Condenser/ Igniter 5 No.
4 Lamp holder 5 No.
5 Covers & reflectors 5 No.
6 Complete fittings (of each type) 5 No.
L4 CFL with complete fittings 5% of total
population of
each type
L5 Metal halide lamp with complete fittings 2% of total
population of
each type
L6 Switches and sockets 5% of total
population of
each type
L7 Junction box 2% of total
population of
each type
M Relay & Protection Panels
M1 Breaker Relay Panel for 220 kV
1 Breaker failure relay 1 No.
2 Trip circuit supervision relay 2 No.
3 Self reset trip relay of each type (if applicable) 1 No.
4 Timer relay of each type (if applicable) 1 No.
5 DC supervision relays (if applicable) 1 No.
M2 Line Protection Panel Equipment spare
1 Main 1 Numerical distance relay (excluding external trip relays) 1 set
2 Main-2 Numerical distance relay (excluding external trip relays) 1 set
3 Disturbance recorder comprising of acquisition units with 1 set
software(if stand alone)

Section-I Project Page 17 of 38


SI. No. Description Quantity
M4 COMMON SPARES
1 Power supply module of Bus Bar Protection 1 set
N Sub-station Automation System
N1 Bay Control Unit (of each type) 1 No.
N2 Ethernet Switch of Each type 1 No
N3 Longest optical cable with end terminations 1 set
O Spare for LT switchgear LS
P Transformer Protection Panel
1 Transformer differential protection relay including all aux. CTs (If 1 No.
applicable)
2 Restricted earth fault protection relay with non-linear resistor (if 1 No.
applicable).
3 Back up protection relay with 3 O/C and E/F element. 1 Set
4 Over fluxing relay (if stand alone) 1 Set
5 CVT selection relay (if stand alone) 1 Set
6 Over load relay with timer. (if stand alone) 1 Set

Section-I Project Page 18 of 38


Annexure-II

List of Drawings for 220/33 kV Gas Insulated Sub-Station Rajghat


1. Tentative Single Line Diagram. (Annexure-IIA).
2. Tentative Layout Plan (Annexure-IIB).
3. Tentative SAS Architecture (In section: Substation Automation)

Section-I Project Page 19 of 38


Annexure-III

TECHNICAL PARAMETERS FOR TERTIARY LOADING EQUIPMENTS FOR 100 MVA


TRANSFORMER

A. 36kV, outdoor type, SF6 Circuit Breaker


Technical Parameters
a) Rated Current (A) – 630
b) Insulation level - BIL- 170kVpeak
c) Short time rating – 31.5KA for 1 sec.
d) The circuit breaker shall be provided with the provision of local and remote operation.
B) 33kV, outdoor type, Current Transformer
Technical Parameters
a) Ratio: 400-200-100/1-1-1A
Core-I Metering
Core-II PS class
Core-III PS class
b) Insulation level - BIL- 170kVpeak
c) Short time rating – 31.5KA for 1 sec.
d) Class - 0.2S – metering
e) VA burden - 20 each
C) 11kV, outdoor type, Potential Transformer
Technical Parameters
a) Ratio - 11kV/√3 / 110V/√3/110V/√3.
b) Insulation level - BIL- 170kVpeak
c) Class - 0.2 – metering
3P - open delta protection
d) VA burden - 20 each
D) 33kV, outdoor type, isolator with earth switch
Technical Parameters
a) Isolator shall be horizontally mounted MOM type with local and remote operation.
b) Insulation level - BIL- 170kVpeak
c) Short time rating – 31.5KA for 1 sec.
E) 11 kV Surge Arrester
The rating of surge arrester shall be finalized during detailed engineering.
F) Control & Relay protection scheme
The control & relay panel for tertiary shall be mounted either in 33kV incomer panel or in
separate panel. Tertiary control shall also be monitored through sub-station automation system,
however, various items are required for control & relay panel is as follows:-
i) One Multifunction Meter.
ii) One Static Tri- vector meter 0.2 Class, ABT compliant.
iii) One Control switch for circuit breaker operation.
iv) LED for C.B/ Isolator closed/ open position in red and green colour.
v) Alarm and LED for DC failure.
vi) One painted mimic bus equipped with symbols and semaphore indicators to represent
breaker position.
vii) LED for auto trip in amber colour.
viii) LED blue coloured for C.B. spring charged condition (if required).
ix) DC supervision scheme.
x) Push button and bulb for on demand checking of trip circuit healthy for ON/OFF position
with relay.
xi) Static O/C and E/F relay.

Section-I Project Page 20 of 38


xii) Inverse characteristic Neutral unbalance voltage relay.
xiii) Bell operation on DC.
xiv) Buzzer operating on 230V A.C.
xv) Push button for alarm cancellation.
xvi) Test terminal block for testing of meters.
xvii) Set of auxiliary relays and tripping relays required to complete the scheme.
xviii) A.C failure relay.

G) The sub-station auxiliary supply is normally met through a system having the following
parameters. The auxiliary power for station supply, including the equipment drive, cooling
system of any equipment, lighting etc shall be designed for the specified parameters as under.
The DC supply for the instrumentation system shall also conform the parameters as indicated in
the following.
Normal Variation in Frequency Phase/Wire Neutral
Voltage Voltage in Hz connection
415V +/- 10% 50 +/- 5% 3/ 4 Wire Solidly Earthed.
240V +/- 10% 50 +/- 5% 1/2 Wire Solidly Earthed.
220V 190V to 240V DC 2 wire Isolated System

Combined variation of voltage and frequency shall be limited to +/- 10%.

Section-I Project Page 21 of 38


Annexure-IV

LIGHTING SPECIFICATION

A. GENERAL
1. GIS BUILDING
The GIS Building main halls will be illuminated using enclosed type high bay, luminaries having
250 watt metal halide fixtures along with surface mounted 1x60W GLS down lighters for emergency
areas. Use of LED based low power consumption luminaries to achieve desired lux level specified
can also be used as finalized during detailed engineering.

2. CONTROL ROOM LIGHTING


i. Control room area will be illuminated using mirror optics luminaries, which have superb glare
control, the luminaries will have Cat II mirrors. Philips TBS 088 / 236 C5 HF or equivalent.
ii. In addition to mirror optics luminaries CFL down lighter with turbo louvers will be used. The
luminaries would be suitable for 2XPL 16 Watt Lamp.
iii. For non false ceiling areas, the illumination will be carried out using 2x28 Watt lamps with
industrial reflector Philips TMS 122 / 228 HF or equivalent.
iv. DC Emergency Lighting in non false ceiling areas to be carried out with surface mounted down
lighters.
v. For all areas necessary exit sign lights and minimum 4 nos portable emergency lights will be
provided.
vi. Use of LED based low power consumption luminaries to achieve desired lux level specified can
also be used as finalized during detailed engineering.

3. Following Average Lux Levels will be maintained :


S. No. Description Lux Uniformity
i. Control Room 350 Lux 0.8
ii. GIS Building 200 Lux 0.7
iii. Offices 300 Lux 0.8
iv. Indoor areas other 150 Lux 0.7

4. Control :
Sufficient number of occupancy and light level sensors shall be provided subject to following
minimum requirement:
Sl. No. Area No. of Occupancy No. of Light
Sensor Level Sensor
1 Control Room 1 1
2 Conference Room 1 1
3 Room For Engineers 4 ---
4 Room for Non-executive 1 ---
5 S/Stn. In-charge Room 1 ---
6 Electronic Lab 1 1
8 220kV GIS Hall --- 4
9 33kV GIS Hall --- 4
No occupancy sensor and light level sensors are envisaged for ACDB room, DCDB room, Lobby,
Corridor and DG set. Each light level sensor shall be provided to measure and regulate lighting. The
light level sensor shall be used to achieve bank switching. Each occupancy sensor shall be used for
indoor use with time delay programmable in the minimum range of 1 sec. to 2 Hour to control the
Section-I Project Page 22 of 38
illumination in the area.
B. Technical specification for LED Luminaries for Control Room, GIS Building ETC. Illumination.

1. SCOPE
This specification covers the general requirements of design, engineering, and manufacture, assembly,
testing at manufacturer’s works, packing and delivery at site of the energy efficient LED outdoor lamps
along with associated LED drivers, fixtures and other accessories for switchyard lighting in Substations.

2. APPLICABLE STANDARDS & CODES


LED Street Light shall be designed, manufactured and tested in accordance with the latest applicable
Indian Standard and IEC standard as listed below –
Standard Code Standard Description
IS 16101 : 2012 General Lighting -LEDs and LED modules – Terms and Definitions
IS16102(Part 1) 2012 Self-Ballasted LED Lamps for General Lighting Services, Part 1
Safety Requirements
IS16102(Part 2) 2012 Self-Ballasted LED Lamps for General Lighting Services, Part 2
Performance Requirements
IS16103(Part 1) 2012 Led Modules for General Lighting, Part 1Safety
Requirements
IS16103(Part 2) 2012 Led Modules for General Lighting, Part 2 Performance
Requirements
IS15885(Part2/Sec13) Safety of Lamp Control Gear , Part 2 Particular Requirements ,
Section 13 dc. or ac. Supplied Electronic Control gear for LED
Modules
IS16104 : 2012 d.c. or a.c. Supplied Electronic Control Gear for LED
Modules -Performance Requirements
IS16105 : 2012 Method of Measurement of Lumen Maintenance of Solid State Light
(LED) Sources
IS16106 : 2012 Method of Electrical and Photometric Measurements of Solid-State
Lighting (LED) Products
IS 16107(Part 1)2012 Luminaries Performance ,Part 1 General Requirements
IS 16107(Part 2)2012 Luminaries Performance, Part 2 Particular Requirements, Section 1
LED Luminaries
IS 16108 : 2012 Photo biological Safety of Lamps and Lamp Systems
IS 10322 : 2012 Luminaries: Part 5 Particular requirements, Section 3
Luminaries for road and street lighting
IEC 62612 Self-ballasted LED lamps for general lighting services for voltage
above 50 V — Performance requirements
IEC : 60598-2-3 Particular requirements - Luminaries for road and street Lighting
IEC 62471 Photo biological safety of lamps and lamp systems
IEC 62778 Application of IEC 62471 for the assessment of blue light hazard to
light sources and luminaries
IEC 61000-4-5 Electromagnetic compatibility (EMC) - Part 4-5: Testing and
measurement techniques - Surge immunity test
IEC/PAS 62717 Performance requirements – LED modules for general lighting
IEC/PAS 62722 Performance requirements – LED luminaires for general lighting
Material conforming to other internationally accepted standards, which ensure equal or better quality than
the standards mentioned above would also be acceptable. In case the bidder who wishes to offer material
conforming to the other standards, salient points of difference between the standards adopted and the

Section-I Project Page 23 of 38


specific standards shall be clearly brought out in relevant schedule. Four copies of such standards with
authentic English translations shall be furnished along with the offer.

3. CLIMATIC CONDITIONS:
The equipment covered under this specification is for outdoor installation and the climatic conditions that
are prevailing at the sites in Delhi.
1. Reference ambient temperature: 43.3 º C as per IS 9676
2. Maximum ambient air temperature 50ºC
3. Maximum daily average ambient temp 40oC
4. Maximum Relative Humidity 100%
5. Minimum Relative Humidity 10%
6. Average annual rainfall 750 mm
7. Average no. of rainy day 50
8. Average no. of thunderstorm days per annum 40
9. Altitude Not exceeding 300 meters
10. Rain months June to Oct.
11. Wind pressure as per IS 875 195 Kg/Sq. meters up to 30 meters
The atmosphere is generally laden with mild acid and dust in suspension during the dry months and is
subjected to fog in cold months. Heavy lightening occurs in the area during rainy months (June to
October).
All equipment shall be designed to withstand seismic forces, corresponding to an acceleration of 0.3 g
horizontal.

4. Technical Design & construction Parameters:


S.No. Technical Particulars Required technical parameters
A Fitting (Luninairs) LED Switch Yard Lighting
1. Distribution Type-II
Usage hours Dusk to dawn (12 hours)
2. Lens Type Polycarbonate
Beam angle 120 Degree-min
3. Working Humidity 10-100% RH 1
Working temperature -10 to 50 cͦ
4. Wattage (System wattage) 100W ± 5% 150W ± 5%
5. Luminary efficacy as per LM- >100 Lumen/watt >100 Lumen/watt
79
6. Minimum Lumens of Fitting Minimum Minimum 15000 Lumens
12000Lumens
7. Pole entry dia 50-60 mm 50-60mm
8. Luminaries protection Class 1
9. Maximum variation allowed in The voltage variations/fluctuations in the specified
luminary light output (lumen) voltage range shall not impinge upon the lumen it
throughout in the input produces. Maximum variation +/-2% is allowed in
operating voltage range luminary light output (lumen) throughout in the input
operating voltage range.
10. Input Voltage 240 Volts +/- 10%
11. Input Frequency 50Hz +/-3%
12. Operating voltage range 120-270V
13. Power Factor ≥0.95

Section-I Project Page 24 of 38


14. Overall total harmonic <10% as per EN 55015 or EN 61000-3-2
distortion
15. Surge protection ≥10kv inbuilt or “5KV internal (inbuilt) and 5KV
external” with NABL Lab test report
16. Index of protection level for IP 66
optical & control gear
17. Impact resistance ≥IK07
18. Housing Single piece Corrosion free High Pressure aluminum
die cast with manufacturer’s embossed/engraved. The
luminaries shall be built in such a way that it can
withstand wind speed of150kmph. NABL accredited
lab report supporting the same shall be furnished by
the manufacturer.
19. Driver Housing Integral
20. The luminaries should meet the IEC 60598-1
standard
21. Cover/Glass UV stabilized poly carbonate/Toughened glass
22. Screw/faster & clamps Stainless Steel
23. Type Tests report as per IS : From NABL accredited TPL (IP classification is IP 66,
10322 Part 5 sec-3/IEC : INSITU/Junction temp measurement shall be part of
60598-2-3 Thermal test)
24. Test report as per From ILAC/MRA/NVLAP/KOLAS/EPA/NABL
LM79/IS:16106 accredited TPL (IP classification is IP 66)
25. Test report for IK07 As per IS 10322
26. Test report with summary for For LED parameters like lumen per watt, CCT, CRI,
compliance as per tender Beam Angle from LED Manufacturer or TPL.
parameters (Operating voltage,
Constant light output,
Luminous flux per watt, CCT,
CRI, Uniformity calculation,
P.F, Wattage.
27. LM80/IS:16105 report From ILAC/MRA/NVLAP/LOLAS/EPA/NABL
accredited Manufacturer or TPL.
28. Conformation standards of The luminaire should conform to IEC 60598/IS:10322
luminaire (Test reports of The luminarie should be tested as per IEC 60598-2-
luminaire) 3:2002/IS:10322 Part 5 Sec-3 standards and following
test reports should be submitted from NABL certified
TPL TEST REPORT as per IS:10322 part 5 Sec-
3/IEC:60598-2-3: Heat Resistance Test, Thermal Test,
Ingress Protection Test, Drop Test.
Electrical/Insulation Resistance Test, Endurance Test,
Humidity Test, Photometry Test (LM79 report),
Vibration Test.
B) LED
1) Single LED chip for a single Single LED chip is allowed for a single
category/wattage of product. category/wattage of product, mixing of chip is not
allowed for single product.
2) LED Test Report For LED parameters like Lumen per watt, CCT, CRI,
Beam Angle from

Section-I Project Page 25 of 38


ILAC/MRA/NVLAP/KOLAS/EPA/NABL accredited
Manufacturer or TPL
LM 80/IS:16105 report from
ILAC/MRA/NVLAP/KOLAS/EPA/NABL accredited
Manufacturer or TPL
IEC 62471 and assessment of blue light as per IEC/TR
62778-Ed.1.0
3) Type of LED Discrete high power LED with individual lens >1W
and <3W
4) Color Rendering Index (CRI) >70
5) CCT ≥ 5700K as per ANSI Bin
6) Junction temperature Tj≤85˚ provided Luminary housing temperature rise
should not be more than ᵁ C25over ambient
temperature after 48 hours continuous operation.
7) LED Efficacy >135lm/W
8) Life expectancy ≥ 60,000 hours at 70% lumen maintenance (LM70)
9) LED should meet the standard IEC 62471 2006-07 (photo biological safety of lamps
and lamp systems)LM-80 and Assessment of blue light
as per IEC/TR 62778.
10) Light distribution LED with secondary lens
C LED Driver
1) Efficiency ≥85%
2) Make of Driver Similar to manufacturer make
3) LED Driver Test Report Type Tests report as per IS:15885-Part 5 Sec-13, IS:
16104
Test Report as per tender specification (Driver
Efficiency, >85% THD, < 10% Surge Protection >
10KV)
4) Life of Driver ≥ 50000 hours
5) Surge Voltage Protection ≥ 10kv inbuilt or “5KV internal (inbuilt) and 6KV
external”
6) Driver Current (Ampere) ≥ 350MA ≤1000mA
7) Protection Over voltage, short circuit, open circuit and Reverse
8) Construction polarity, Environmental. Potted with flame retardant
9) Driver Certification thermal potting compound.
CE Making, ENCE, RoHS Compliance, UT
10) Driver Approval BIS approved driver with R Number certificate to
submitted.
D Body & Other Parameters
1) Type of housing (Material & Single piece Corrosion free aluminum High Pressure
Const.) die cast with manufacturer’s Embo’ssed/engraved.
2) Type of Cover/Glass Toughened glass/UV stabilized Polycarbonate cover
3) Type of heat Sink Pressure die cast
4) IP Protection Class IP -66
5) Finish Polyester Power coated
6) Screw/fastener & clamps Stainless steel
7) Product qualities The luminaries shall be supplied with lable, giving
indication of serial number, model and system lumen
pack, nominal CCT, wattage of fitting, Date of
Section-I Project Page 26 of 38
Manufacturer, and other labeling details as per IS.
E Documents to be submitted
1) 5 year Guarantee Certificate From Manufacturer/OEM.
2) Test reports (LM 79, LM 80, From NABL accredited Third party lab covering NIT
Type Test Report, Technical specifications.
Data Sheet, IP
3) Copy of Technical Catalogues
4) Details of Service Centres
5) Photometric Report of fitting LM 79 report from NABL Lab.
6) Ref. of IS/IEC (if any) for type IS-10322 (Part 5/Sec 3)
test

5. NAME PLATE & MARKING:


Followings shall be clearly engraved/embossed on the die cast housing of LED Luminaries Housing:
a. Rated voltage or voltage range (marked ‘V’ or ‘Volt’);
b. Rated current (marked A’ or ‘Ampere’);
c. Rated wattage (marked ‘W’ or ‘Watts’);
d. Rated frequency (marked in ‘Hz’)
e. Power factor
f. Rated lumen
g. Indian/International Standards to which it is
h. Manufactured
i. Month and year manufacture
j. Customer name as DTL
k. Fitting serial number
l. DTL PO no and date
m. Guarantee period

Following information shall be printed on the Control gear Driver Name plate:-
a. Operation Voltage range
b. Output voltage
c. Guaranteed period
d. DTL PO no. & date
e. Customer name as Delhi Transco Ltd.

6. TESTS:
The LED light must be of type tested from CPRI/ERDA/NABL/Equivalent accredited laboratory in
accordance with IS 16102, IS 16103 and IS 16107 (PART-1,PART-2 2012) and reports shall be furnished
along with the tender.

All Routine Tests, Acceptance tests shall be carried out in accordance with the relevant IS/IEC with latest
in the presence of purchaser representative if so desired by the purchaser.

7. DRAWINGS, DATA & MANUALS TO BE SUBMITTED


( FOR INFORMATION ONLY)
7.1 To be submitted The bidder has to submit the following documents:
along with bid a. Catalogues of the selected LED and Luminaire fittings.
b. Guaranteed Technical Particulars
c. General arrangement drawing of the LED light

Section-I Project Page 27 of 38


d. Calculation documents to substantiate choice of the LED and
the Luminaire fittings.
e. Verifiable Type Test Certificate of the LED and its luminaire
carried out on identical Design and type of the unit of the
same rating
f. An illustrated literature on the LED giving technical
information on the operational details and the current ratings,
short circuit ratings, derating factors for different types of
installation, packing date, weights and other relevant
information.
7.2 After award of The bidder has to be submit the following documents:
contract, seller has a. Guaranteed Technical Particulars
to submit mentioned b. Calculations to substantiate choice of electrical, mechanical
drawings for buyer’s component size / ratings
Approval (A ) c. General arrangement drawing of the LED street light
/Reference (R) d. Programme for production & testing
e. Detailed installation and commissioning
instructions
f. Quality Assurance plan
7.3 Submittals required a. Inspection and test reports, carried out in
prior to dispatch manufacturer’s work
b. Test certificates of all bought out items
c. Operation and maintenance instruction as well as trouble
shooting charts / manuals.

8. WARRANTY/GUARANTEE PERIOD
The full luminary shall be guaranteed against manufacturing defects, material, workmanship and design
for the period of 05 years from date of receipt of material. The guarantees for replacement of
materials/accessories shall be provided free of charge at purchasers premises..The guarantee will be
without prejudice to certificate of inspection or material receipt note issued by DTL.

Guarantee Technical particular of LED Luminaries:


S.No. Technical Particulars To be
submitted by
Bidder
A Fitting (Luminaries)
1) Make
2) Manufacturing address
3) Model No.
4) Distribution
5) Usage hours
6) Lens Type
7) Beam angle
8) Working Humidity
9) Working temperature
10) Wattage (System wattage)
11) Luminary efficacy as per LM-79
12) Minimum Lumens of Fitting
13) Pole entry dia
14) Luminaries protection
15) Maximum variation allowed in luminary light output (lumen) throughout in the input
Section-I Project Page 28 of 38
operating voltage range
16) Input Voltage
17) Input Frequency
18) Operating voltage range
19) Power Factor
20) Overall total harmonic distortion
21) Surge protection
22) Index of protection level for optical & control gear
23) Impact resistance
24) Driver Housing
25) The luminaries standard
26) Type Tests report as per IS : 10322 Part 5 sec-3/IEC : 60598-2-3
27 Test report as per LM79/IS:16106
28 Test report for IK07
29) Test report with summary for compliance as per tender parameters (Operating
voltage, Constant light output, Luminous flux per watt, CCT, CRI, Uniformity
calculation, P.F, Wattage.)
30 LM80/IS:16105 report
31 Conformation standards of luminaire (Test reports of luminaire)
B LED
1) Make of LED
2 Type of LED
3 Model No. of LED
4 Wattage of LED
5 Number of LED used
6 Color Rendering Index (CRI)
7 CCT
8 Junction temperature
9 LED Efficacy
10 Life expectancy
11 LED Ref standard
12 Light distribution
13 Driving Current
C LED Driver
1) Efficiency
2) Make of Driver
3) LED Driver Test Report
4) Life of Driver
5) Model No. of Driver
6) Surge Voltage Protection
7) Driver Current (Ampere)
8) Protection
9) Construction
10) Driver Certification
11) Driver Approval
D Body & Other Parameters
1) Type of housing (Material & Const.)
2) Type of Cover/Glass
3) Type of heat Sink
4) IP Protection Class
5) Weight of fitting

Section-I Project Page 29 of 38


ANNEXURE-V

VENTILATION SYSTEM FOR 220kV and 33kV GIS HALL

Ventilation system

Each GIS hall shall have an independent ventilation system. Each ventilation system shall consist of two
100% capacity systems, one operating and one stand-by.

To ensure that the air being supplied to the GIS hall is free from dust particles, a minimum two stage
dust filtration process shall be supplied. This shall consist of at least the following:

1. Pre Filters: To remove dust particles down to 10 micron in size with at least 95%
efficiency.
2. Fine Filters: To remove dust particles down to 5 microns in size with at least 99%
efficiency.

All the filters shall be panel type. Easy access should be available to the filters for replacement/cleaning.

The ventilation of the GIS hall shall be of a positive pressure type with minimum 4 air changes per hour.
The pressure inside the GIS hall shall be maintained 5 mm of Water above the atmospheric pressure.
Fresh outdoor air shall be filtered before being blown into the GIS hall by the air fans to avoid dust
accumulation on components present in the GIS hall. Each GIS hall shall be provided with motorized
exhaust dampers with local control.

Section-I Project Page 30 of 38


ANNEXURE-VI

TECHNICAL SPECIFICATION FOR 33kV XLPE CABLE

1.0 SCOPE
1.1 Scope of this section covers the general technical data of the system and also the technical
requirement of the 33 kV Cable.

1.2 SYSTEM PARAMETERS:

The brief particulars of the 33 kV system parameters are given here after:-
(i) Nominal system voltage 33 KV rms.
(ii) Highest system voltage 36 KV rms.
(iii) Impulse withstand voltage 1.2/50 micro 170 KV peak
Seconds wave of positive/negative polarity .
(iv) System Frequency 50 Hz.
(v) No. of phase per circuit Three
(vi) System Earthing solidly grounded.
(vii) Ratted short time current 31.5 KA
(viii) One minute Power Frequencywithstand voltage 70kVrrms
(ix) Duration of fault current one second

1.3 CABLE
1.3.1 The cross linked polyethylene insulated (XLPE) cable (Dry cured) shall be manufactured in
accordance with the internationally accepted standard and also confirm to the requirements of
IEC Publication No.502 “ Extruded solid dielectric insulated power cable for rated voltage from
1 KV to 30 KV”.

1.3.2 The cable shall be suitable for laying in an area likely to be flooded by water and shall be
designed to be protected against rodent and termite attack.
1.3.3 The construction of cable shall generally confirm to the description in this specification.
Tender shall enclose with Bid offer required drawing showing cross-section of the cable.
1.3.4 The supplier shall quote for 33 KV XLPE insulated single core cable, of solid extruded dielectric
with metallic sheath with an outer PVC jacket. The supplier shall furnish technical justification
for choice of the metal sheath.
1.3.5 The conductors screen, (non-metallic semi conductive) insulation and insulation screen (non-
metallic semi conductive) shall all be extruded in a single one time process to ensure
homogeneity and absence of voids.

1.4 CONDUCTOR
The tendered shall quote for XLPE cable with aliminium conductor of 1000 Sq mm cross
section. The shape of the conductor shall be compact circular standard.

1.5 CONDUCTOR SHIELD:

Section-I Project Page 31 of 38


The conductor shield shall consist of extruded semi conductive XLPE. Semi-conducting
separator tapes shall be supplied between conductor and the extruded semi conductor XLPE.
1.6 INSULATION:
The extruded XLPE insulation shall be of very high degree of purity and dry cured. The average
thickness shall not be less than the nominal value given in IEC-811. The minimum thickness at
any point shall not fall below the nominal value by more than 10%.

1.7 INSULATIONS SHIELD


The insulation shield shall consist of extruded semi conducting XLPE. Suitable bedding tapes
shall be supplied over the extruded semi conducting XLPE.

1.8 ARMOUR:
There shall be Armouring of Round/Flat type

1.9 OUTER JACKT:


The outer jacket shall consist of extruded black colored PVC. The minimum thickness at and
point shall not fall below 90% of the nominal.

1.10 RATING:
1.10.1 The cable size shall be suitable to carry the load current on 3 kV continuously followed by a
10% overloading capacity for two hours without exceeding the maximum conductor temperature
of 900C (The manufacturer shall specify such final temperature which shall unsure that there is
no loss of life of the cable insulation.) The cable rating size shall be based on loading of 2 Nos.
three phase circuit at an ambient temperature of 500C and soil temperature of 350C. A complete
set of experimentally verified data and calculation made in arriving at the conductor rating shall
be enclosed with the offer.

2.0 TYPE TESTS:


2.1 The cable shall confirm to all Type, Routine and Acceptance tests listed in the relevant IS/IEC.

1.2 The cable should have been type tested for all type tests as per IS: 10810 “Methods of test for
cables” including its amendments for XLPE insulated LT Cable and its report shall be submitted
to Employer for its acceptance.

1.3 The bidder shall submit type test reports for all type test as per IS: 10810 including amendments
for employer’s acceptance for accessories for 33kV XLPE cable.

3.0 CABLE LAYING & TERMINATION:


33kV XLPE cable shall be laid from ICT to GIS in buried cable trench. Single point bonding
system shall be employed along with sheath voltage limiters (SVL), if required, to limit the
standing voltage to 65V. Laying route along with cable length shall be planned to keep provision
of a future cable joints in all cables by providing S bend.

Section-I Project Page 32 of 38


ANNEXURE-VII

TECHNICAL SPECIFICATION OF 33KV CURRENT TRANSFORMER OF RATIO


400-200-100/1-1-1 A FOR TERTIARY LOADING OF 100MVA POWER
TRANSFORMER

1.0 GENERAL
1.1. The 33 KV Current Transformer shall be out door, of Ratio 400-200-100/1-1-1A complete with
terminal connectors.
1.2. The Technical features and construction details of each current transformer shall be in
accordance with the requirement stated herein under.
1.3. The equipment quoted under this specification shall conform to the standards specified below
unless otherwise specified, the equipment shall conform to the latest applicable IS/IEC.

2.0 STANDARDS
2.1. The design, manufacture and performance of the equipment provided under this specification
shall comply with the standards given in the clause 2.2.
2.2 Indian Standard No. Title
a) IS-2705 (part I to V) : Specification for current Transformer
b) IS-4201 : Application guide for current Transformer.
c) IS-2099/ IS-5621 : High voltage porcelain Bushings/Hollow Column insulators.
d) IS-731 : Insulator for O/H Power line
e) IS-335 : New insulating oil for transformer and switchgear.
f) IS-9676 : Reference ambient temperature
3.0 SYSTEM PARAMETER
The 33 KV system parameters are as follows:
a) Nominal system voltage 33 KV
b) Highest system voltage 36 KV
c) Frequency 50 Hz.
d) Earthing of the system solidly grounded
e) Insulation level
i) Impulse voltage withstand 170 KV (P)
ii) Power frequency withstand 70 KV (rms)

Section-I Project Page 33 of 38


f) Short time current rating and its 31.5 KA for 1.0 Second
duration
4.0 TECHNICAL PARTICULARS OF CURRENT TRANSFORMERS
4.1. 33 KV C.T. of ratio 400-200-100/1-1-1 A
CORE – I METERING
a) Secondary Current 1 Amp.
b) Purpose Metering
c) Rated output 20 VA
d) Class of Accuracy 0.2S
e) Instrument security factor ≤5
CORE – II BACK UP PROTECTION (O/C & E/F)
a) Secondary Current 1 Amp.
b) Purpose O/C & E/F Protection
c) Min. Knee point voltage VK 40(R ct +8) V
(Rct.-Resistance of secondary winding)
d) Class of Accuracy PS
e) Max. exciting current at VK/2 30 mA
CORE – III TRANSFORMER DIFFERENTIAL PROTECTION
a) Secondary Current 1 Amp.
b) Purpose Transformer differential
c) Class of Accuracy PS
d) Min. Knee point voltage VK 40(R ct +8) V
(Rct.-Resistance of secondary winding)
e) Max. exciting current at VK/2 30 mA
6.0 CONSTRUCTION DETAILS
6.1. The current transformers shall be oil immersed and self cooled outdoor type suitable for the
specified services indicated, completed in all respects and in accordance with best engineering
practice design and workmanship.
6.2. The core shall be of high grade non ageing, electrical silicon laminated steel of low hysteresis
loss high permeability to ensure high accuracy at normal and over current conditions and shall
produce undistorted secondary current under transient conditions at all ratios.
6.3. The oil immersed CT shall be hermetically sealed to eliminate breathing and to prevent air and
moisture and shall be provided with a pressure relieving device capable to releasing abnormal
internal pressure. C.T. shall be provided with oil level gauge, and necessary arrangement for
replacing the oil shall be provided.

Section-I Project Page 34 of 38


6.4. The current transformers shall be suitable for simultaneous 100% full load continuous rating of
the winding.
6.5. The ratio changing taps shall be provided only on the secondary winding of the C.T.
6.6. The current transformer cores to be used for metering and instrumentation shall be of accuracy
class specified and suitable for commercial and industrial metering. The Saturation factor of this
core shall be low enough not to cause any damage to measuring instruments in the event of
maximum short circuit current.
6.7. Current transformers cores to be used for protective relaying purposes shall be of accuracy class
specified, suitable for distance protection, pilot wire protection, differential protection, restricted
earth fault protection, over current and earth fault protection. Over current and earth fault for a
maximum saturation factor as specified for the highest setting.
6.8. The secondary terminals shall be brought out in a weather proof terminal box (with degree of
protection IP55) on the side of the current transformer and shall be accessible through a
removable cover. The secondary tap shall be adequately reinforced to withstand normal handling
without damage. Suitable cable glands shall be provided to accommodate purchaser’s control
cables.
6.9. The maximum permissible temperature rise of the windings over the ambient shall not exceed
500C.
6.10. The magnetising curve for each core shall be furnished with the tender.
6.11. The secondary terminals shall be provided with short circuiting and earthing arrangements at the
terminal block.
6.12. The C.T.s shall be suitable for horizontal as well as vertical transportation.
6.13. The Instrument security factor at all ratios shall be less than 5 for metering cores.
6.14. The C.T. shall be suitable for high speed auto-reclosing.
7.0 INSULATION OIL:
The quality of insulating oil in each transformer shall be best available and the complete
specification of the oil shall be furnished in the tender. The current transformers offered shall be
hermetically sealed completely filled with insulating oil. The insulating oil shall conform to the
latest Indian Standard specification No. 335.
8.0. BUSHINGS / INSULATORS:
i) Porcelain used in bushing/Insulator manufacture shall be homogeneous, free from
laminations, cavities and other flaws or imperfections that might effect the mechanical or
dielectric quality and shall be thoroughly vitrified tough and impervious to moisture.
Glazing of the porcelain shall be of uniform brown colour free from blisters, burrs and
similar other defects. Bushings shall be designed to have ample insulation, mechanical

Section-I Project Page 35 of 38


strength and rigidity for the conditions, under which they will be used.
ii) When operating at normal rated voltage there will be no electric discharge between the
conductors and bushing which would cause corrosion or injury to conductors, insulators
or supports by the formation of substances produced by chemical action. No radio
interference shall be caused by the bushings/ Insulator when operating at the normal rated
voltage.
iii) All iron parts shall be hot dip galvanized and all joints shall air tight. Surfaces of the
joints shall be trued up, porcelain parts by grinding and metal parts by machining.
Bushing/ Insulator design shall be such as to ensure a uniform compressive pressure on
the joints.
iv) The creepage distance of the bushing /Insulator shall in no case be less than 25mm/KV,
suitable for heavily polluted atmosphere.
v) Bushing/ Insulator shall be tested for type tests and routine tests in accordance with
stipulation of IS-2099/ IS-5621 Routine as well as type tests reports in conformity with
IS-2099/ IS-5621 shall be furnished to the purchaser.
vi) Parameters of Bushings/Insulators:
a) Rated Voltage 36 KV
b) Impulse withstand voltage 170 KVp
c) Power frequency withstand
voltage (dry & wet) 70 KV (rms)
d) Total creepage distance 900 mm
e) Pollution level Suitable for Heavily Polluted
Atmosphere

9.0 TERMINAL CONNECTORS


9.1. The current transformer offered shall be supplied with indigenous rigid type, Die casted,
bimetallic (wherever applicable) terminal connectors suitable for single/double/quad ACSR
Zebra conductor as per requirement conforming to IS-5561 for maximum current rating of CT.
9.2. The Neutral current transformer offered shall be supplied with one no. rigid type bimetallic
(wherever applicable) terminal connector suitable for connecting to twin 75x12 mm flat of
station earth. Also one no. terminal connector for connection to transformer neutral and suitable
for ACSR Zebra shall be supplied.
9.3. Suitable terminal connectors for earthing connections shall also be supplied.
10.0 TESTS
10.1 The copies of certificates of all type tests as stipulated in IS: 2705 shall be furnished along with the

Section-I Project Page 36 of 38


tender.

10.2 Each current transformer shall be subjected to routine tests as specified in IS: 2705 in the
presence of Purchaser’s representative if so desired by the Purchaser. All test reports should
be submitted and should be approved by the purchaser before dispatch of the equipment

11.0 MARKING
11.1. Rating plate : As per IS-2705 (Part-I)
11.2. Terminal marking: As per IS- 2705 (Part. I)

Section-I Project Page 37 of 38


ANNEXURE-VIII
Fire Detection and alarm System

This system shall be provided for control room building and Switchyard panel rooms of substations.
1. Suitable fire detection system using smoke detectors and/or heatdetectors shall be provided for
the entire building, including corridor andtoilets. Fire detectors shall be located at strategic
locations in variousrooms of the building. Each Switchyard panel room shall be considered a
separate zone. Adequate number of extra zones shall be provided forSwitchyard panel rooms
for future bays identified in Single line diagram of the substation. The operation of any of the
fire detectors/ manual call point should result in the following;
a. A visual signal exhibited in the annunciation panels indicating the area where the fire is
detected.
b. An audible alarm sounded in the panel, and
c. An external audible alarm sounded in the building, location of which shall be decided
during detailed engineering.
d. If the zone comprises of more than one room, a visual signal shall be exhibited on the
outer wall of each room.
2. Each zone shall be provided with two zone cards in the panel so that system will remain healthy
even if one of the cards becomes defective.
3. Coverage area of each smoke detector shall not be more than 80 m2 and that of heat detectors
shall not be more than 40 m2. Ionisation type smoke detectors shall be provided in all areas
except pantry room where heat detectors shall be provided. If a detector is concealed, a remote
visual indication of its operation shall be provided. Manual call points (Break glass Alarm
Stations) shall be provided at strategic locations in the control room building. All cabling shall
be done through concealed conduits.
4. Cables used should be exclusively for fire detection and alarm system and shall be 2Cx1.5sq.mm
Cu. cables. Un-armoured PVC insulated FR cables conforming to IS 1554 (Part 1) shall be used.

Section-I Project Page 38 of 38


SECTION-II

GAS INSULATED SWITCHGEAR/


REACTOR/CAPACITOR BANK
SECTION : 2A

SF6 GAS INSULATED METAL ENCLOSED SWITCHGEAR

1.0 GENERAL CHARACTERISTICS

The SF6 gas insulated metal enclosed switchgear shall be totally safe against
inadvertent touch of any of it's live constituent parts. It should be designed for indoor
application with meteorological conditions at site as per Section Project. All parts of
the switchgear and bus ducts should be single phase/ three phase enclosed.

The arrangement of gas sections or compartments shall be such as to facilitate future


extension of any make on either end without any drilling, cutting or welding on the
existing equipment. To add equipment, it shall not be necessary to move or dislocate
the existing switchgear bays.

The design should be such that all parts subjected to wear and tear are easily
accessible for maintenance purposes. The equipment offered shall be protected
against all types of voltage surges and any equipment necessary to satisfy this
requirement shall be deemed to be included. The required overall parameters of GIS
are as follows:-

S. Technical particulars 220kV System 66kV system


No
a) Rated Voltage 245 kV (rms) 72.5 kV (rms)
b) Rated frequency 50 HZ 50 HZ
c) Grounding Effectively earthed Effectively
earthed
d) Rated power frequency withstand 460 kV (rms) 140 kV (rms)
Voltage (1 min ) line to earth
e) Impulse withstand BIL (1.2/50 ±1050 kVp ±325 kVp
µsec) Line to earth
f) Rated short time withstand current 40 kA (rms) 31.5 kA (rms)
(1 sec)
g) Rated peak withstand Current 100 kA (peak) 80 kA (peak)
h) Guaranteed maximum gas losses As per IEC- As per IEC-
for complete installation as well as 62271-203 62271-203
for all individual sections in %.
i) Rated current normal/ at site (at As per BID Price As per BID Price
500C design ambient temperature) Schedule Schedule
j) Seismic Level Zone-IV, as per IS- Zone-IV, as per IS-
1893,Year-2002 1893,Year-2002

2.0 REFERENCE STANDARDS


The metal-enclosed gas-insulated switchgear, including the operating devices,
accessories and auxiliary equipment forming integral part thereof, shall be designed,
manufactured, assembled and tested in accordance with the following International
Electro-technical Commission (IEC) Publications including their parts and
supplements as amended or revised as on date of bid opening.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 1 of 54
IEC 62271-203 Gas Insulated metal-enclosed switchgear for rated voltages above 52KV
Seismic qualification for gas-insulated switchgear assemblies for rated voltages
IEC62271-207
above 52 kV
IEC 60376 New sulphur hexafluoride
IEC 62271- 100 High voltage alternating current Circuit breakers
IEC 62271-1 Common clauses for high voltage Switchgear and control-gear standards
IEC 62271-102 Alternating current disconnectors (isolators) and earthing switches
Alternating current disconnectors. Bus-transfer current switching by
IEC 61128
disconnectors
IEC 61129 Alternating current earthing switches. Induced current switching
IEC 61869 Instrument transformers
IEC 60137 Bushings for alternating voltages above 1000 V
IEC62271-209 Cable connections for gas-insulated switchgear
IEC 60480 Guide to checking of sulphur hexafluoride taken from electrical equipment
IEC 60099 -1/4 Non-linear resistor type arresters for AC systems
IEC 60439 Factory-built assemblies of low-voltage switchgear and control Gear.
IEC 60427 Report on synthetic testing of high-voltage alternating-current breaker
IEEE 80 (2000)
IEEE Guide for Safety in AC Substation grounding Earthing of GIS- an
(Electra
application guide
no. 151,Dec’93
Direct connection between Power Transformers and gas insulated metal enclosed
IEC61639
switchgear for rated voltage 72.5 kV and above.

The components and devices which are not covered by the above standards shall
conform to, and comply with, applicable standards, rules, codes and regulations of the
internationally recognized standardizing bodies and professional societies as may be
approved by the Employer and the manufacturer shall list all applicable standards;
codes etc.

In case the requirements laid down herein differ from those given in above standard
in any aspect the switchgear shall comply with the requirements indicated herein in
regard thereto.

3.0 DEFINITIONS

3.1 Assembly
Assembly refers to the entire completed GIS equipment furnished under contract.

3.2 Bay
Bay refers to the area occupied by one Circuit Breaker and associated equipments.

3.3 Compartment
When used in conjunction with GIS equipment, compartment refers to a gas tight
volume bounded by enclosure walls and gas tight isolating barriers.

3.4 Enclosure
When used in conjunction with GIS equipment, enclosure refers to the grounded
metal housing or shell which contains and protects internal Power system equipment

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 2 of 54
(breaker, disconnecting switch, grounding switch, voltage transformer, current
transformer, surge arresters, interconnecting bus etc.)

3.5 Manual Operations


Manual operation means operation by hand without using any other source of Power.

3.6 Module
When used in conjunction with GIS equipment, module refers to a portion of that
equipment. Each module includes its own enclosure. A module can contain more than
one piece of equipment, for example, a module can contain a disconnecting switch
and a grounding switch.

3.7 Reservoir
When used in conjunction with GIS equipment, reservoir refers to a larger gastight
volume.

4.0 GENERAL DESIGN AND SAFETY REQUIREMENT

4.1 The GIS shall be designed, manufactured and tested in accordance with the best
international engineering practices under strict quality control to meet the requirement
stipulated in the technical specification. Adequate safety margin with respect to
thermal, mechanical, dielectric stress and insulation coordination etc. shall be
maintained during design, selection of raw material, manufacturing process etc. so
that the GIS provides long life with least maintenance.

4.2 The GIS assembly shall consist of separate modular compartments e.g. Circuit
Breaker compartment, Bus bar compartment filled with SF6 Gas and separated by gas
tight partitions so as to minimize risk to human life, allow ease of maintenance and
limit the effects of gas leaks failures & internal arcs etc. These compartments shall be
such that maintenance on one feeder may be performed without de- energizing the
adjacent feeders. These compartments shall be designed to minimize the risk of
damage to adjacent sections and protection of personnel in the event of a failure
occurring within the compartments. Rupture diaphragms with suitable deflectors
shall be provided to prevent uncontrolled bursting of pressures developing within the
enclosures under worst operating conditions, thus providing controlled pressure relief
in the affected compartment.

4.3 The workmanship shall be of the highest quality and shall conform to the latest
modern practices for the manufacture of high technology machinery and electrical
switchgear.

4.4 The switchgear, which shall be of modular design, shall have complete phase
isolation. The conductors and the live parts shall be mounted on high graded epoxy
resin insulators. These insulators shall be designed to have high structural strength
and electrical dielectric properties and shall be free of any voids and free of partial
discharge at a voltage which is at least 5% greater than the rated voltage. These
insulators shall be designed to have high structural strength and electrical dielectric
properties and shall be shaped so as to provide uniform field distribution and to
minimize the effects of particle deposition either from migration of foreign particles

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 3 of 54
within the enclosure or from the by-products of SF6 breakdown under arcing
conditions.

4.5 Gas barrier insulators and support insulators shall have the same basis of design. The
support insulators shall have holes on both sides for proper flow of gas.

4.6 Gas barrier insulators shall be provided so as to divide the GIS into separate
compartments. They shall be suitably located in order to minimize disturbance in
case of leakage or dismantling. They shall be designed to withstand any internal fault
thereby keeping an internal arc inside the faulty compartment. Due to safety
requirement for working on this pressurized equipment, whenever the pressure of the
adjacent gas compartment is reduced, it should be ensured by the bidder that adjacent
compartment would remain in service with reduced pressure. The gas tight barriers
shall be clearly marked on the outside of the enclosures. Due to safety requirement
for working on this pressurized equipment, whenever the pressure of the adjacent gas
compartment is reduced during maintenance, this compartment shall be designed so
that it shall remain in service to perform its intended duty. The gas tight barriers shall
be clearly marked on the outside of the enclosures.

The bus enclosure should be sectionalized in a manner that maintenance work on any
bus disconnector (when bus and bus disconnector are enclosed in a single enclosure)
can be carried out by isolating and evacuating the small effected section and not the
entire bus. The design of 220 kV GIS shall be such that in case a circuit breaker
module of a feeder is removed for maintenance, both busbars shall remain in service.
Further the design of 66kV GIS shall be such that that in case a circuit breaker module
of a feeder is removed for maintenance, the bus bar shall remain in service. For
achieving the above requirements, adequate Mechanical support and number of
intermediate gas tight compartments as required, shall be provided to ensure
equipment and operating personnel’s safety.

4.7 The material and thickness of the enclosures shall be such as to withstand an internal
flash over without burn through as per IEC. The material shall be such that it has no
effect of environment as well as from the by-products of SF6 breakdown under arcing
condition.

4.8 Each section shall have plug- in or easily removable connection pieces to allow for
easy replacement of any component with the minimum of disturbance to the
remainder of the equipment. Inspection windows shall be provided for disconnector
and earth switches.

4.9 The material used for manufacturing the switchgear equipment shall be of the type,
composition and have physical properties best suited to their particular purposes and
in accordance with the latest engineering practices. All the conductors shall be
fabricated of aluminum/ copper tubes of cross sectional area suitable to meet the
normal and short circuit current rating requirements. The finish of the conductors
shall be smooth so as to prevent any electrical discharge. The conductor ends shall be
silver plated and fitted into finger contacts or tulip contacts. The contacts shall be of
sliding type to allow the conductors to expand or contract axially due to temperature
variation without imposing any mechanical stress on supporting insulators.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 4 of 54
4.10 Each pressure filled enclosure shall be designed and fabricated to comply with the
requirements of the applicable pressure vessel codes and based on the design
temperature and design pressures as defined in IEC-62271-203.

4.11 The maximum SF6 gas leakage shall not exceed 0.5% (half percent) per year for the
whole equipment and for any individual gas compartment separately. The SF6 gas
leakage should not exceed 0.5% per year and the leakage rate shall be guaranteed for
at least 10 years. In case the leakage under the specified conditions is found to be
greater than 0.5% after one year of commissioning, the manufacturer will have to
supply free of cost, the total gas requirement for subsequent ten (10) years, based on
actual leakage observed during the first year of operation after commissioning.

4.12 Each gas-filled compartment shall be equipped with static filters, density switches,
filling valve and safety diaphragm. The filters shall be capable of absorbing any water
vapor which may penetrate into the enclosures as well as the by-products of SF6
during interruption. Each gas compartment shall be fitted with separate non-return
valve connectors for evacuating & filling the gas and checking the gas pressure etc.

4.13 The switchgear line-up when installed and operating under the ambient conditions
shall perform satisfactorily and safely under all normal and fault conditions. Even
repeated operations up to the permissible servicing intervals under 100% rated and
fault conditions shall not diminish the performance or significantly shorten the useful
life of the switchgear. Any fault caused by external reasons shall be positively
confined to the originating compartment and shall not spread to other parts of the
switchgear.

4.14 The thermal rating of all current carrying parts shall be minimum for one sec. for the
rated symmetrical short-circuit current.

4.15 The switchgear shall be of the free standing, self-supporting with easy accessibility to
all the parts during installation & maintenance with all high-voltage equipment
installed inside gas- insulated metallic and earthed enclosures, suitably sub-divided
into individual arc and gas-proof compartments preferably for:
a) Bus bars
b) Intermediate compartment
c) Circuit breakers
d) Line disconnector
e) Voltage Transformers
f) Gas Insulated bus duct section between GIS and XLPE cable/ overhead conductor
g) Gas Insulated bus section between GIS & Transformer/ Reactor (if applicable)

4.16 The arrangement of the individual switchgear bays shall be such so as to achieve
optimum space-saving, neat and logical arrangement and adequate accessibility to all
external components.

4.17 The layout of the substation equipment, bus bars and switchgear bays shall preferably
be based on the principle of “phase grouping”. Switchgear layout based on the “mixed
phases” principle shall not be accepted without mutual agreement between supplier
and employer. The arrangement of the equipment offered must provide adequate
access for operation, testing and maintenance.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 5 of 54
4.18 All the elements shall be accessible without removing support structures for routine
inspections. The removal of individual enclosure parts or entire breaker bays shall be
possible without disturbing the enclosures of neighboring bays.

4.19 It should be impossible to unwillingly touch live parts of the switchgear or to perform
operations that lead to arcing faults without the use of tools or brute force.

4.20 All interlocks that prevent potentially dangerous mal-operations shall be constructed
such that they cannot be operated easily, i.e. the operator must use tools or brute force
to over-ride them.

4.21 In general the contours of energized metal parts of the GIS and any other accessory
shall be such, so as to eliminate areas or points of high electrostatic flux
concentrations. The surfaces shall be smooth with no projection or irregularities
which may cause visible corona. No corona shall be visible in complete darkness
which the equipment is subjected to specified test voltage. There shall be no radio
interference from the energized switchgear at rated voltage.

4.22 The GIS shall be designed, so as to take care of the very fast transient (VFT) over
voltages generated as a result of pre-strikes and re-strikes during isolator operation.
Maximum VFT over voltages peak shall not be higher than rated lightning impulse
withstanding voltage (LIWV) of the equipment. Necessary measures shall be under
taken by GIS manufacture to restrict maximum VFT over voltages lower than the
LIWV. Manufacturer shall submit the study report of VFTO generated for GIS
installation.

4.23 The enclosure shall be of continuous design and shall meet the requirement as
specified in clause no. 10 (special considerations for GIS) of IEEE- 80, Year-
2000.The enclosure shall be sized for carrying induced current equal to the rated
current of the Bus. The conductor and the enclosure shall form the concentric pair
with effective shielding of the field internal to the enclosure.

4.24 The fabricated metal enclosures shall be of Aluminum alloy having high resistance to
corrosion, low electrical losses and negligible magnetic losses. All joint surfaces shall
be machined and all castings shall be spot faced for all bolt heads or nuts and washers.
All screws, bolts, studs and nuts shall conform to metric system.

4.25 The enclosure shall be designed to practically eliminate the external electromagnetic
field and thereby electrodynamics stresses even under short circuit conditions. The
Average Intensity of electromagnetic field shall not be more than 50 micro –Tesla on
the surface of the enclosure. The contractor shall furnish all calculations and
documents in support of the above during detailed engineering.

4.26 The elbows, bends, cross and T-sections of interconnections shall include the
insulators bearing the conductor when the direction changes take place in order to
ensure that live parts remain perfectly centered and the electrical field is not increased
at such points.

4.27 The switchgear shall have provision for connection with ground mat risers. This

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 6 of 54
provision shall consist of grounding pads to be connected to the ground mat riser in
the vicinity of the equipment.

4.28 The ladders and walkways shall be provided wherever necessary for access to the
equipment. A portable ladder with adjustable height may also be supplied to access to
the equipment.

4.29 Wherever required, the heaters shall be provided for the equipment in order to ensure
the proper functioning of the switchgear at specified ambient temperatures. The
heaters shall be rated for 240V AC supply and shall be complete with thermostat,
control switches and MCB’s, connected as a balanced 3-phsase, 4-wire load. The
heaters shall be so arranged and protected as to create no hazard to adjacent
equipment from the heat produced.

4.30 The enclosure & support structure shall be designed that a person 1780 mm in height
and 80 Kg in weight is able to climb on the equipment for maintenance.

4.31 The sealing provided between flanges of two modules / enclosures shall be such that
long term tightness is achieved.

4.32 Alarm circuit shall not respond to faults for momentary conditions. The following
indications including those required elsewhere in the specifications shall be generally
provided in the alarm and indication circuits.

4.32.1. Gas Insulating System

a) Loss of Gas Density.


b) Loss of Heater power (if required)
c) Any other alarm necessary to indicate deterioration of the gas insulating system.

4.32.2. Operating System:

d) Low operating pressure


e) Loss of Heater power
f) Loss of operating power
g) Loss of control supply
h) Pole Discordance

4.33 The equipment will be operated under the following ambient conditions (or as defined
in the section project):
a) The ambient temperature varies between 0 degree-C and 50 degree-C. . However, for
design purposes, ambient temperature should be considered as 50 degree-C
b) The humidity will be about 95% (indoors)
c) The elevation is less than 1000 meters

4.34 Temperature rise of current carrying parts shall be limited to the values stipulated in
IEC- 62271-1, under rated current and the climatic conditions at site. The temperature
rise for accessible enclosure shall not exceed 20 degree C above the ambient
temperature of 50 degree C.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 7 of 54
4.35 The inter bay width shall be sufficient to allow access to all drive mechanisms and
other termination boxes without the need of dismantling other apparatuses.

These conditions shall be taken into account by the supplier in the design of the
equipment.

5.0 Bellows or Compensating Units:-


Adequate provision shall be made to allow for the thermal expansion of the
conductors and of differential thermal expansion between the conductors and the
enclosures. The bellows metallic (preferably stainless steel) with suitable provision
for permitting the movement during expansion and contraction may be provided and
shall be of following types:

1. Lateral / Vertical mounting units: These shall be inserted, as required, between


sections of busbars, on transformer, shunt reactor and XLPE cable etc. Lateral
mounting shall be made possible by a sliding section of enclosure and tubular
conductors.
2. Axial compensators: These shall be provided to accommodate changes in length of
bus bars due to temperature variations.
3. Parallel compensators: These shall be provided to accommodate large linear
expansions and angle tolerances.
4. Tolerance compensators: These shall be provided for taking up manufacturing, site
assembly and foundation tolerances.
5. Vibration compensators: These bellow compensators shall be provided for
absorbing vibrations caused by the transformers and shunt reactors when connected
to SF6 switchgear by oil- SF6 bushings.

The electrical connections across the bellows or compensating units shall be made
by means of suitable connectors. For sliding type compensators, markers/pointers
shall be provided to observe expansion or contraction during climatic conditions.

6. INDICATION AND VERIFICATION OF SWITCH POSITIONS


Indicators shall be provided on all circuit breakers, isolators and earth-switches,
which shall clearly show whether the switches are open or closed. The indicators shall
be mechanically coupled directly to the main contact operating drive rod or linkages
and shall be mounted in a position where they are clearly visible from the floor or the
platform in the vicinity of the equipment.

Inspection windows shall also be provided with all isolators and earth switches so that
the switch contact positions can be verified by direct visual inspection.

7. PRESSURE RELIEF:-
Pressure relief devices shall be provided in the gas sections to protect the gas
enclosures from damage or distortion during the occurrence of abnormal pressure
increase or shock waves generated by internal electrical fault arcs (preferably in
downward direction).

Pressure relief shall be achieved either by means of diaphragms or plugs venting


directly into the atmosphere in a controlled direction.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 8 of 54
If the pressure relief devices vent directly into the atmosphere, suitable guards and
deflectors shall be provided. Contractor shall submit to the owner the detailed criteria/
design regarding location of pressure relief devices/rupture diaphragms.

8. PRESSURE VESSEL REQUIREMENTS


The enclosure shall be designed for the mechanical and thermal loads to which it is
subjected in service. The enclosure shall be manufactured and tested according to the
pressure vessel code (ASME/CENELEC code for pressure Vessel.)

Each enclosure has to be tested as a routine test at 1.5 times the design pressure for
one minute. The bursting strength of Aluminum castings has to be at least 5 times the
design pressure. A bursting pressure test shall be carried out at 5 times the design
pressure as a test on each type of enclosure.

9. GROUNDING

The grounding system shall be designed and provided as per IEEE-80-2000 and
CIGRE-44 to protect operating staff against any hazardous touch voltages and electro-
magnetic interferences.

The GIS supplier shall define clearly what constitutes the main grounding bus of the
GIS. The contractor shall supply the entire material for grounding bus of GIS viz
conductor, clamps, joints, operating and safety platforms etc. The contractor is also
required to supply all the earthling conductors and associated hardware material for
the following:
1. Connecting all GIS equipment, bus ducts, enclosures, control cabinets,
supporting structure etc. to the ground bus of GIS.
2. Grounding of transformer, CVT/VT, SA and other outdoor switchyard
equipments/structures etc.

Enclosure of the GIS may be grounded at several points so that there shall be
grounded cage around all the live parts. A minimum of two nos. of grounding
connections should be provided for each of circuit breaker, transformer terminals,
cable terminals, surge arrestors, earth switches and at each end of the bus bars. The
grounding continuity between each enclosure shall be effectively interconnected with
Cu/ Al bonds of suitable size to bridge the flanges. Subassembly to subassembly
bonding shall be provided to provide gap & safe voltage gradients between all
intentionally grounded parts of the GIS assembly & between those parts and the main
grounding bus of the GIS.

Each marshalling box, local control panel, power and control cable sheaths and other
non current carrying metallic structures shall be connected to the grounding system of
GIS via connections that are separated from GIS enclosures.

The grounding connector shall be of sufficient mechanical strength to withstand


Electromagnetic forces as well as capable of carrying the anticipated maximum fault
current without overheating. At least two grounding paths shall be provided to
connect each point to the main grounding bus. Necessary precautions should be under
taken to prevent excessive currents from being induced into adjacent frames,
structures of reinforcing steel and to avoid establishment of current loops via other

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 9 of 54
station equipment.

All flexible bonding leads shall be tinned copper. All connectors, for attaching
flexible bonding leads to grounding conductors and grounding conductors to support
structures shall tinned bronze with stainless steel or tinned bronze hardware.

The contractor shall provide suitable measure to mitigate transient enclosure voltage
caused by high frequency currents caused by lightning strikes, operation of surge
arrestor, ph./ earth fault and discharges between contacts during switching operation.
The grounding system shall ensure safe touch & step voltages in all the enclosures.
The contractor shall provide suitable barrier of non-linear resistor/ counter
discontinued SF6/ Air termination, SF6/ Transformer or Reactor termination, SF6/
HV cable bushing etc. to mitigate transient enclosure voltage.

The bidders shall provide lightening mast/GS shield wire at suitable place for
protection of whole sub-station including transformers, GIS cum control room
building etc. The bidder shall submit detailed proposal for grounding system of whole
substation including indoor and outdoor equipments with Earthmat using 40mm. dia
MS rod for approval of purchaser. The riser shall be GS flat of size 75X12mm for
outdoor equipments and 50X6mm for indoor.

The bidder shall submit detailed proposal for grounding system for approval of
purchaser. Any provision to be made in the building design to take care of earthing
requirement shall also be clearly spelt-out.

10. UHF sensors for PD detection: Contractor shall provide adequate number of UHF
sensors in the offered GIS for detection of Partial discharge (of 5 pC and above) as
per IEC 60270 through Partial Discharge (PD) monitoring system and the number and
location of these sensors shall be subject to approval of the employer. Further UHF
sensors shall necessarily be provided in close proximity to VT compartments

However adequacy of number of sensors and their location shall be verified at site by
the contractor as per recommendations of CIGRE task force TF 15/33.03.05 (Task
force on Partial discharge detection system for GIS: Sensitivity verification for the
UHF method and the acoustic method). In case during site testing additional UHF
sensors are required, the same shall also be supplied & installed to complete the
technical requirement.

11. Gas Insulated Bus (GIB) layout:


GIB shall be designed based on the following criteria

1. Maximum weight of gas in a gas tight section of GIB shall not exceed 250 Kg (for
220 kV & 66 kV).

2. GIS bus ducts of each circuit shall be arranged in preferably horizontal formation and
the clearance (outer to outer) between nearest bus ducts of two adjacent circuits shall
be minimum one (1) meter.

3. GIB shall be generally in only one horizontal layer. However in exceptional


circumstance two horizontal GIB layers can be provided with the approval of DTL

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 10 of 54
and the vertical clearance between layers shall be minimum one (1) meter in such
case.

4. The minimum outer to outer horizontal clearance between each GIS bus duct shall be
0.5 meter for 220 kV & 66 kV voltage level.

5. The minimum vertical ground clearance of GIB at road crossing shall be 5.5 meters

6. The horizontal clearance between GIB and GIS building /any other building wall shall
be minimum three (3) meters.

7. The GIB route inside the GIS Hall shall not obstruct easy access to GIS and control
room buildings and shall not obstruct movement of crane, equipment including HV
test equipment for maintenance works.

8. The GIB height outside the GIS hall in switchyard area shall not obstruct easy access
to GIB, movement of crane for maintenance work.

9. Optimisation of outdoor GIB length using overhead AIS connection with Bus Pos
Insulator of respective voltage class is generally acceptable subject to meeting the
electrical clearances as stipulated.

10. For the maintenance of GIB of one circuit, only that circuit shall be isolated

12. Extension of GIS

1. The arrangement of gas sections or compartments shall be such as to facilitate


future extension of any make without any drilling, cutting or welding on the
existing equipment. To add equipment, it shall not be necessary to move or
dislocate the existing switchgear bays.

2. As the GIS is likely to be extended in future, the contractor shall make available
during detailed engineering stage, the complete design detail of interface module
such as cross section, enclosure material, enclosure dimensions (inner & outer),
Flange diameter (inner & outer), conductor connection arrangement, bolt spacing
& dimension, rated gas pressure etc. Further GIS manufacturer supplying GIS
under present scope shall furnish all the required details in addition to mentioned
above necessary for design and successful implementation of an interface module
during later stage while extending GIS by any other GIS manufacturer, without
any help of GIS manufacturer who has supplied the GIS equipment in present
scope

3. The Interface module shall be designed to provide Isolating link with access hole
on enclosure. The Isolating link shall be provided in such a way so that HV test
can be performed on either side of the interface module separately, keeping other
side of GIS remain isolated.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 11 of 54
4. Further the contractor who is extending the existing GIS installation shall
optimally utilize the space inside the GIS hall (including the extension portion) for
accommodating the interface module being supplied under the contract and the
space (along the length of the hall) inside the GIS hall for interface module shall
preferably be limited to 1 meter for 220/66kV.

13. SF6 GAS

The SF6 gas insulated metal-clad switchgear shall be designed for use with SF6 gas
complying with the recommendations of IEC 376, 376A & 376B, at the time of the
first charging with gas. All SF6 gas supplied as part of the contract shall comply with
the requirements of IEC as above as a minimum & should be suitable in all respects
for use in the switchgear under all operating conditions.

The high pressure cylinders in which SF6 gas is supplied & stored at site shall comply
with the requirements of following standards & regulations:

IS : 4379 Identification of the contents of industrial gas cylinders.

IS : 7311 Seamless high carbon steel cylinders for permanent & high pressure
liquefiable gases. The cylinders shall also meet Indian Boilers
Regulations. (Mandatory)

SF6 gas shall be tested for purity, dew point, air, hydrolysable fluorides and water
contents as per IEC: 376, 376A & 376B and test certificates shall be furnished to the
owner indicating all test results as per IEC standards for each lot of SF6 gas. Further,
site tests for moisture, air content, flash point and dielectric strength to be done during
commissioning of GIS. Gas bottles should be tested for leakage during receipt at site.

The contractor shall indicate diagnostic test methods for checking the quality of gas in
the various sections during service. The method proposed shall, as a minimum check
the moisture content & the percentage of purity of the gas on annual basis.

The contractor shall also indicate clearly the precise procedure to be adopted by
maintenance personnel for handling equipment that are exposed to the products of
arcing in SF6 Gas so as to ensure that they are not affected by possible irritants of the
skin and respiratory system. Recommendations shall be submitted for suitable
protective clothing, method of disposal of cleaning utensils and other relevant matters.

The contractor shall also indicate the details and type of filters used in various gas
sections, and should also submit the operating experience with such filters.

1. SF6 gas monitoring devices and alarm circuits: Dial type temperature compensated
gas density monitoring devices with associated pressure gauge will be provided. The
devices shall provide continuous & automatic monitoring of gas density & a separate
device shall be provided for each gas compartment so that each compartment can be
monitored simultaneously as follows:-

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 12 of 54
Compar Compartments except CB Circuit Breaker compartments
tment/
Sl no
1 “Gas low level: This will be used 'Gas low level: This will be used to
to annunciate the need for the gas annunciate the need for gas refilling. The
refilling. The contractor shall contractor shall provide a contact for
provide a contact for remote remote indication.
indication.
2 “SF6 very low level”: This will “SF6 very low level”: This will be used
be used to annunciate the need for to annunciate the need for urgent gas
urgent gas filling. A contact shall filling. A contact shall be provided for
be provided for remote indication remote indication
3 'Zone Trip' level: Breaker Block' level :
This is the minimum level at This is the minimum gas density at which
which the manufacturer will the manufacturer will guarantee the rated
guarantee the insulation rating of fault interrupting capability of the breaker.
the assembly. At this level the breaker block contact
shall operate and the closing & tripping
circuit shall be blocked
4 Not Applicable 'Zone Trip' level: This is the minimum
level at which the manufacturer will
guarantee the insulation rating of the
assembly.

The density monitor/pressure switch contacts shall be in accordance with the above
requirement.

2. The contractor should furnish temperature v/s pressure curves for each setting of
density monitor along with details of the monitoring device.

It shall be possible to test all gas monitoring relays/devices without de-energizing the
primary equipment & without reducing pressure in the main section. Plugs & sockets
shall be used for test purposes. It shall also damp the pressure pulsation while filling
the gas in service, so that flickering of the pressure switch contacts does not take
place.

3. Gas Supply: The contractor shall include the supply of all SF6 gas necessary for
filling & putting into operation the complete switchgear installation being supplied.
The empty gas cylinders shall be returnable to the contractor.

14. CIRCUIT BREAKERS


General
SF6 gas insulated metal enclosed circuit breakers shall comply with the latest
revisions of IEC- 62271-100 & relevant IEC except to the extent explicitly modified
in the specification and shall meet with requirements specified.

Circuit breakers shall be equipped with the operating mechanism. Circuit breakers
shall be of single pressure (puffer) type. Complete circuit breaker with all necessary
items for successful operation shall be supplied. The circuit breakers for 220 kV shall
be designed for high speed single and three phase reclosing with an operating

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 13 of 54
sequence and timing as specified.

14.1 Duty Requirements


Circuit breaker shall be C 2 – M 2 class as per IEC 62271-100.
Circuit breaker shall meet the duty requirements for any type of fault or fault location
also for line charging and dropping when used on effectively grounded system, with
transmission lines of lengths and characteristics as indicated in Section Project and
perform make and break operations as per the stipulated duty cycles satisfactorily.

14.2. The circuit breaker shall be capable of:


i) Interrupting the steady and transient magnetizing current corresponding to 100
MVA 220/33/11kV and 100 & 160 MVA 220/66/11kV class transformers on
220/66/33 kV side.
ii) Interrupting line/cable charging current as per IEC without re-strikes and
without use of opening resistors. The breaker shall be able to interrupt the rated
line charging current as per IEC-62271-100 with test voltage immediately
before opening equal to the product of U/√3 and 1.4.
iii) Clearing short line fault (Kilometric faults) with source impedance behind the
bus equivalent to symmetrical fault current specified.
iv) Breaking 25% the rated fault current at twice the rated voltage under phase
opposition Condition.
v) Interrupting capacitor bank if applicable.
The breaker shall satisfactorily withstand the high stresses imposed on them
during fault clearing, load rejection and re- energisation of capacitor bank &
lines with trapped charges.
vi) Withstanding all dielectric stresses imposed on it in open condition at lock out
pressure continuously (i.e. shall be designed for 2 p.u. across the breaker
continuously, for validation of which a power frequency withstand test
conducted for a duration of at least 15 minutes is acceptable).

14.3. Total Break Time


The total break time shall not be exceeded under any of the following duties
i) Test duties T10,T30,T60,T100 (with TRV as per IEC- 62271-100 )
ii) Short line fault L90, L75 (with TRV as per IEC-62271-100 )
iii) The contractor may please note that total break time of the breaker shall not be
exceeded any duty conditions specified such as with the combined variation of
the trip coil voltage (70-110%), hydraulic pressure and SF6 gas pressure etc.
While furnishing the proof for the total break time of complete circuit breaker,
the contractor may bring out the effect of non simultaneity between poles and
show how it is covered in the total break time.

The values guaranteed shall be supported with the type test reports.

14.4 CONSTRUCTIONAL FEATURES


The features and constructional details of breakers shall be in accordance with
requirements stated hereunder.

14.4.1. Contacts
All making and breaking contacts' shall be sealed and free from atmospheric effects.
Contacts shall be designed to have adequate thermal and current carrying capacity for

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 14 of 54
the duty specified and to have a life expectancy so that frequent replacement due to
excessive burning will not be necessary. Provision shall be made for rapid dissipation
of heat generated by the arc on opening.

14.4.2 Any device provided for voltage grading to damp oscillations or, to prevent re-strike
prior to the complete interruption of the circuit or to limit over voltage on closing,
shall have a life expectancy comparable of that of the breaker as a whole.

14.4.3 Breakers shall be so designed that when operated within their specified rating, the
temperature of each part will be limited to values consistent with a long life for the
material used. The temperature rise shall not exceed that indicated in IEC-62271-100
under specified ambient conditions.

14.4.4 The gap between the open contacts shall be such that it can withstand at least the rated
phase to ground voltage for eight hours at zero pressure above atmospheric level of
SF6 gas due to its leakage. The breaker should be able to withstand all dielectric
stresses imposed on it in open condition at lockout pressure continuously (i.e. 2 pu.
power frequency voltage across the breaker continuously).

14.4.5 In the interrupter assembly, there shall be an adsorbing product box to minimize the
effect of SF6 decomposition products and moisture. The material used in the
construction of the circuit breakers shall be such as to be fully compatible with SF6
gas decomposition products.

14.4.6 Provisions shall be made for attaching an operational analyzer for 220 kV to record
travel, speed and making measurement of operating timings etc. after installation at
site. The contractor shall supply three set of transducer for each substation covered
under the scope.

14.5 OPERATING MECHANISM

14.5.1 General Requirements


a) Circuit breaker shall be operated by spring charged mechanism or hydraulic
mechanism or a combination of these. The mechanism shall be housed in a dust
proof cabinet and shall have IP: 42 degree of protection.

b) The operating mechanism shall be strong, rigid, not subject to rebound or to


critical adjustments at site and shall be readily accessible for maintenance.

c) The operating mechanism shall be suitable for high speed reclosing and other
duties specified. During reclosing the breaker contacts shall close fully and then
open. The mechanism shall be antidumping and trip free (as per IEC definition)
under every method of closing.

d) The mechanism shall be such that the failure of any auxiliary spring will not
prevent tripping and will not cause trip or closing operation of the power
operating devices.

e) A mechanical indicator shall be provided to show open and close position of the
breaker. It shall be located in a position where it will be visible to a man

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 15 of 54
standing on the ground level with the mechanism housing closed. An operation
counter shall also be provided.
f) Working parts of the mechanism shall be of corrosion resisting material,
bearings which require grease shall be equipped with pressure type grease
fittings. Bearing pin, bolts, nuts and other parts shall be adequately pinned or
locked to prevent loosening or changing adjustment with repeated operation of
the breaker.

g) The contractor shall furnish detailed operation and maintenance manual of the
mechanism along with the operation manual for circuit breaker.

14.5.2 Control
i) The close and trip circuits shall be designed to permit use of momentary- contact
switches and push buttons.

ii) Each Circuit breaker pole for 220 kV shall be provided with two (2) independent
tripping circuits’ valves, pressure switches, and coils each connected to a
different set of protective relays.

iii) The breaker shall normally be operated by remote electrical control. Electrical
tripping shall be performed by shunt trip coils. However, provisions shall be
made for local electrical control. For this purpose a local/remote selector switch
and close and trip control switch/push buttons shall be provided in the breaker
control cabinet.

iv) The trip coil shall be suitable for trip circuit supervision during both open and
close position of breaker.

v) Closing coil and associated circuits shall operate correctly at all values of
voltage between 85% and 110% of the rated voltage. Shunt trip and associated
circuits shall operate correctly under all operating conditions of the circuit
breaker up to the rated breaking capacity of the circuit breaker and at all values
of supply voltage between 70% and 110% of rated voltage.

vi) Densimeter contacts and pressure switch contacts shall be suitable for direct use
as permissive in closing and tripping circuits. Separate contacts have to be used
for each of tripping and closing circuits. If contacts are not suitably rated and
multiplying relays are used then fail safe logic/schemes are to be employed. DC
supplies for all auxiliary circuit shall be monitored and for remote annunciations
and operation lockout in case of dc failures.

vii) The auxiliary switch of the breaker shall be positively driven by the breaker
operating rod.

14.5.3 Spring operated Mechanism

i) Spring operated mechanism shall be complete with motor in accordance with


Section GTR. Opening spring and closing spring with limit switch for automatic
charging and other necessary accessories to make the mechanism a complete
operating unit shall also be provided.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 16 of 54
ii) As long as power is available to the motor, a continuous sequence of the closing
and opening operations shall be possible. The motor shall have adequate thermal
rating for this duty.

iii) After failure of power supply to the motor one close open operation shall be
possible with the energy contained in the operating mechanism.

iv) Breaker operation shall be independent of the motor which shall be used for
compressing the closing spring. Facility for manual charging of the closing
spring shall also be provided. The motor rating shall be such that it required
preferably not more than 90 seconds for full charging of the closing spring.

v) Closing action of circuit breaker shall compress the opening spring ready for
tripping.

vi) When closing springs are discharged after closing a breaker, closing springs
shall automatically be charged for the next operation and an indication of this
shall be provided in the local control cabinet and SAS.

vii) Provisions shall be made to prevent a closing operation of the breaker when the
spring is in the partial charged condition.

viii) Mechanical interlocks shall be provided in the operating mechanism to prevent


discharging of closing springs when the breaker is in the closed position.

ix) The spring operating mechanism shall have adequate energy stored in the
operating spring to close and latch the circuit breaker against the rated making
current and also to provide the required energy for the tripping mechanism in
case the tripping energy is derived from the operating mechanism.

14.5.4 Hydraulically Operated Mechanism:

i) Hydraulically operated mechanism shall comprise of operating unit with power


cylinder, control valves, high and low pressure reservoir, motor etc.

ii) The hydraulic oil used shall be fully compatible for the temperature range to be
encountered during operation.

iii) The oil pressure switch controlling the oil pump and pressure in the high pressure
reservoir shall have adequate no. of spare contacts, for continuous monitoring of
low pressure, high pressure etc. at switchyard control room.

iv) The mechanism shall be suitable for at-least two close open operations after
failure of AC supply to the motor starting at pressure equal to the lowest pressure
of auto reclose duty plus pressure drop for one close open operation.

v) The mechanism shall be capable of operating the circuit breaker correctly and
performing the duty cycle specified under all conditions with the pressure of
hydraulic operated fluid in the operating mechanism at the lowest permissible

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 17 of 54
pressure before make up.

vi) Trip lockout shall be provided to prevent operations of the circuit breaker below
the minimum specified hydraulic pressure. Alarm contacts for lost of Nitrogen
shall also be provided.

vii) All hydraulic joints shall have no oil leakage under the site conditions and joints
shall be tested at factory against oil leakage.

14.6 ADDITIONAL DATA TO BE FURNISHED DURING DETAILED


ENGINEERING:

a) Drawing showing contacts in close, arc initiation, full arcing, arc extinction and
open position.
b) Data on capabilities of circuit breakers in terms of time and number of
operations at duties ranging from 100% fault currents to load currents of the
lowest possible value without requiring any maintenance or checks.
c) Curves supported by test data indicating the opening time under close open
operation with combined variation of trip coil voltage and hydraulic pressure.

14.7 TESTS

14.7.1 Type tests:


In accordance with the requirements stipulated under Section GTR the circuit breaker
along with its operating mechanism shall conform to the type tests as per IEC-62271-
100.

14.7.2 Routine Tests

Routine tests as per IEC: 62271-100 shall be performed on all circuit breakers. In
addition to the mechanical and electrical tests specified by IEC, the following shall
also be performed.

Speed curves for each breaker shall be obtained with the help of a suitable operation
analyzer to determine the breaker contact movement during opening, closing, auto-
reclosing (if applicable) and trip free operation under normal as well as limiting
operating conditions (control voltage, pressure etc.). The tests shall show the speed of
contacts directly at various stages of operation, travel of contacts, opening time,
closing time, shortest time between separation and meeting of contacts at break make
operation etc. This test shall also be performed at site for which the necessary
operation analyzer along with necessary transducers, cables, console etc. shall be
provided.

The test for getting signature of the dynamic contact resistance measurement shall
also be carried out at factory. The test result shall be treated as reference signature for
condition monitoring in future.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 18 of 54
14.7.3 TECHNICAL PARAMETERS
245 kV CIRCUIT BREAKER

a) Rated voltage kV (rms) 245


b) Rated frequency (Hz) 50
c) No. of poles 3
d) Type of circuit breaker SF6 insulated
e) Rated continuous current (A) at an ambient 1600/2500 (2500 for bus-coupler
0
temperature of 50 C breaker)
f) Rated short circuit capacity 40 kA with percentage of DC
component as per IEC-62271-100
corresponding to minimum opening
conditions as specified.
g) Symmetrical interrupting capability kA (rms) 40
h) Rated short circuit making current kAp 100
i) Short time Current carrying capability for one 40
second kA (rms)
j) Rated line charging interrupting As per IEC As per IEC
current at 90 deg. Leading power factor angle (A
rms)
(The breaker shall be able to interrupt the rated
line charging current with test voltage
immediately before opening equal to the product
of U/√3 and 1.4 as per IEC-62271-100)
k) First pole to clear factor 1.3
l) Rated break time as IEC (ms) 60
Total break time (ms) 65
m) Total closing time (ms) Not more than 200
n) Rated operating duty cycle O-0.3s-CO-3 min-CO
o) Reclosing auto reclosing Single phase/Three phase
p) Rated insulation levels
Full wave impulse with stand voltage (1.2x50
µsec.)
- between line terminals and ground ±1050 kVp
- between terminals with circuit breaker open ±1200 kVp
q) One minute power frequency withstand
Voltage
- between line terminals and ground As per IEC
- between terminals with circuit breaker open As per IEC
r) Max. radio interference voltage for frequency 1000
b/w 0.5 MHz and 2 MHz at 156 kV (Micro
volts)
s) Max. difference in the instants of As per IEC
closing/opening (ms) between poles
t) Trip coil and closing coil voltage with variation 220 V DC
as specified in Sec GTR
u) Auxiliary Contacts Auxiliary switch shall also Each circuit breaker pole shall be
comply with requirements as given. Independent provided with an auxiliary switch
single pole reversible contacts (from NO to NC with 20% of spare –NO and 20%

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 19 of 54
& vice versa) spare NC contact for use in future.
v) Rating of Auxiliary contacts 10A at 220 V DC
w) Breaking capacity of Aux. Contacts less 10A at 220 V DC with the circuit
than 20 ms. time constant of not less than 20 ms.
x) System neutral earthing Effectively earthed

72.5 kV CIRCUIT BREAKER

S. No Technical particulars 66kV System


a) Rated voltage kV (rms) 72.5
b) Rated frequency (Hz) 50
c) No. of poles 3
d) Type of circuit breaker SF6 insulated
e) Rated continuous current (A) at an 2000/2500 (2500 for bus-coupler
ambient temperature of 50°C breaker)
f) Rated short circuit capacity 31.5 kA with percentage of DC
component as per IEC- 62271-
100 corresponding to minimum
opening conditions as specified.
g) Symmetrical interrupting capability kA 31.5
(rms)
h) Rated short circuit making current kAp 80
i) Short time current carrying capability 31.5
for one second kA (rms)
j) Rated line charging interrupting current As per IEC
at 90 deg. Leading power factor angle
(A rms)
(The breaker shall be able to interrupt
the rated line charging current with test
voltage immediately before opening
equal to the product of U/3 and 1.4 as
per IEC-62271-100)
k) First pole to clear factor 1.5
l) Rated break time as IEC (ms) 100
m) Total break time (ms) 105
n) Total closing time (ms) Not more than 200
o) Rated operating duty cycle O-0.3s-CO-3 min-CO
p) Reclosing auto reclosing Three phase
q) Rated insulation levels
i) Full wave impulse with stand voltage
(1.2x50 micro sec.)

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 20 of 54
- between line terminals and ground ±325 kVp
- between terminals with circuit breaker ±375 kVp
open
ii) One minute power frequency withstand
voltage
- between line terminals and ground As per IEC
- between terminals with circuit breaker As per IEC
open
r) Max. radio interference voltage for -
frequency between 0.5 MHz and 2 MHz
at 1.1 Un/√3 (Micro volts)
s) Max. difference in the instants of As per IEC
closing/opening of contacts (ms)
between poles
t) Trip coil and closing coil voltage 220V DC with variation as
specified in Sec. GTR
i) Auxiliary Contacts Auxiliary switch Each circuit breaker pole shall be
shall also comply with requirements as provided with an auxiliary switch
given. Independent single pole with 20% of spare - NO and 20%
reversible contacts (from NO to NC & spare NC contact for use in
vice versa) future.
ii) Rating of Auxiliary contacts 10A at 220V DC
u) Breaking capacity of Aux. Contacts. 10A at 220 V DC with the circuit
time constant of not less than 20
ms.
v) System neutral earthing Effectively earthed.

15. DISCONNECTORS (ISOLATORS).

15.1. General
Disconnectors shall be three-pole group operated or Single-pole individual operated
and shall be installed in the switchgear to provide electrical isolation. The
disconnectors shall conform to IEC- 62271-102 and shall have the following ratings
as specified.

Technical Parameter

Sl. No Particulars 220 kV 66kV


a) Rated voltage (rms) Un 245 kV 72.5 kV
b) Rated frequency 50 HZ 50 HZ

c) System earthing Effectively earthed Effectively earthed

d) Type SF6 insulated SF6 insulated


e) Rated continuous current 1600/2500 2000/2500
(2500 for bus-coupler) (2500 for bus-coupler)

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 21 of 54
0
(A) at 50 C ambient temp.
f) Rated short time withstand 40 kA for 1 Sec 31.5 kA for 1 Sec
current of isolator and earth
switch
g) Rated dynamic short circuit 100 kAp 80 kAp
withstand current withstand
current of isolator and earth
switch
h) Rated insulation level:
One minute power freq.
Withstand voltage:
To earth : As per IEC As per IEC

Across isolating distance As per IEC As per IEC

h) Rated insulation levels;


1.2/50 micro sec. Lighting
impulse withstand voltage
(+ve or –ve polarity
To earth: ±1050 kVp ±325 kVp
Across Isolating distance ±1200 kVp ±375 kVp

i) Rated mechanical terminal As per IEC As per IEC


load
j) No. of spare auxiliary 6 NO and 6 NC 6 NO and 6 NC
contacts on each isolator

k) No. of spare auxiliary 6 NO and 6 NC 6 NO and 6 NC


contacts on each earthing
switch
l) Mechanical Endurance M2 M2
clause as per IEC

15.2 Construction & Design

15.2.1 The disconnectors shall be operated by electric motor suitable for use on 220 V DC
system and shall be equipped with a manual operating mechanism for emergency use.
The motor shall be protected against over current and short circuit.

15.2.2 Disconnectors shall be suitable to switch the bus charging currents during their
opening and closing and shall confirm to all three test duties viz TD1,TD2 and TD3 as
per Annexure –F of IEC: 62271- 102.They shall also be able to make and break rated
bus transfer current at rated bus transfer voltage which appears during transfer
between bus bars in accordance with Annexure –B of IEC: 62271-102. The contact
shielding shall also be designed to prevent restrikes and high local stresses caused by
transient recovery voltages when these currents are interrupted.

15.2.3 The disconnecting switches shall be arranged in such a way that all the three phases
operate simultaneously. All the parts of the operating mechanism shall be able to
withstand starting torque of the motor mechanism without damage until the motor

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 22 of 54
overload protection operates.

15.2.4 It shall be possible to operate the disconnecting switches manually by cranks or hand
wheels. The contacts shall be both mechanically and electrically disconnected during
the manual operation.

15.2.5 The operating mechanisms shall be complete with all necessary linkages, clamps,
couplings, operating rods, support brackets and grounding devices. All the bearings
shall be permanently lubricated or shall be of such a type that no lubrication or
maintenance is required.

15.2.6 The opening and closing of the disconnectors shall be achieved by either local or
remote control. The local operation shall be by means of a two-position control
switch located in the Local Control Cabinet (LCC).

15.2.7 Remote control of the disconnectors from the control room/SAS shall be made by
means of remote/ local transfer switch.

15.2.8 The disconnector operations shall be inter-locked electrically with the associated
circuit breakers in such a way that the disconnector control is inoperative if the circuit
breaker is closed.

15.2.9 Each disconnector shall be supplied with auxiliary switch having six normally open
and six normally closed contacts for future use over and above those required for
switchgear interlocking and automation purposes. The auxiliary switch contacts are
to be continuously adjustable such that, when required, they can be adjusted to make
contact before the main switch contacts. These spare NO and NC contacts shall be
wired up to the local control cabinet.

15.2.10The signaling of the closed position of the disconnector shall not take place unless it
is certain that the movable contacts will reach a position in which the rated normal
current, peak withstand current and short-time withstand current can be carried safely.

15.2.11The signaling of the open position of the disconnector shall not take place unless the
movable contacts have reached such a position that the clearance between the contacts
is at least 80 percent of the rated isolating distance.

15.2.12All auxiliary switches and auxiliary circuits shall be capable of carrying a current of at
least 10 A DC continuously.

15.2.13The auxiliary switches shall be capable of breaking at least 10 A in a 220 V DC


circuit with a time constant of not less than 20 milliseconds.

15.2.14The disconnectors and safety grounding switches shall have a mechanical and
electrical inter-locks to prevent closing of the grounding switches when isolator
switches are in the closed position and to prevent closing of the disconnectors when
the grounding switch is in the closed position. Integrally mounted lock when provided
shall be equipped with a unique key for such three phase group. Master key is not
permitted.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 23 of 54
15.2.15The local control of the Isolator and high-speed grounding switches from the Local
Control Cabinet (LCC) should be achieved from the individual control switches with
the remote/local transfer switch set to local.

15.2.16 All electrical sequence interlocks will apply in both remote and local control modes.

15.2.17Each disconnector shall have a clearly identifiable local, positively driven mechanical
position indicator, together with position indicator on the bay module control cabinet
and provisions for taking the signals to the control room. The details of the
inscriptions and coloring for the indicator are given as under:
SIGN COLOUR
Open position Open Green
Closed position Closed Red

15.2.18All the disconnecting switches shall have arrangement allowing easy visual inspection
of the travel of the switch contacts in both open and close positions, from the outside
of the enclosure.

15.2.19The disconnecting switches shall be provided with rating plates and shall be easily
accessible.

15.2.20The disconnecting switches shall be capable of being padlocked in both the open and
closed positions with the operating motor automatically disengaged. The padlocking
device shall be suitable for a standard size lock with a 10 mm shank. The padlock
must be visible and directly lock the final output shaft of the operating mechanism.
Integrally mounted lock when provided shall be equipped with a unique key for such
three phase group. Master key is not permitted.

15.2.21The mechanical endurance class shall be M2 as per IEC.

15.2.22Mechanical position indication shall be provided locally at each disconnector and


Electrical indication at each Local Control Cabinet (LCC) / SAS.

16. SAFETY GROUNDING SWITCHES

16.1 Safety grounding switches shall be three-pole group operated or single-pole individual
operated. It shall be operated by DC electric motor and shall be equipped with a
manual operating mechanism for emergency use. The motor shall be protected against
over-current and short circuit.
16.2 Each safety grounding switch shall be electrically interlocked with its associated
disconnector and circuit breaker such that it can only be closed if both the circuit
breaker and disconnector are in open position. Safety grounding switch shall also be
mechanical key interlocked with its associated disconnector.
16.3 Each safety grounding switch shall have clearly identifiable local positive driven
mechanical indicator together with position indicator on the Local Control Cabinet
(LCC) and provision for taking the signal to Control room.
16.4 The details of the inscription and coloring for the indicator are given as under :
SIGN COLOUR
Open position Open Green
Closed position Closed Red

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 24 of 54
16.5 Interlocks shall be provided so that manual operation of the switches or insertion of
the manual operating device will disable the electrical control circuits.
16.6 Each ground switch shall be fitted with auxiliary switches having six normally open
and six normally closed contacts for use by others over and above those required for
local interlocking and position indication purposes.
16.7 Provision shall be made for padlocking/ suitable locking arrangement the ground
switches in either the open or closed position.
16.8 All portions of the grounding switch and operating mechanism required for grounding
shall be connected together utilizing flexible copper conductors having a minimum
cross-sectional area of 100 sq. mm.
16.9 The main grounding connections on each grounding switch shall be rated to carry the
full short circuit rating of the switch for 1 sec. and shall be equipped with a silver-
plated terminal connector suitable for steel strap of adequate rating for connection to
the grounding grid.
16.10 The safety grounding switches shall conform to the requirements of IEC- 62271- 102
and shall have electrical endurance class: E0 & shall have mechanical endurance class
M1.

Combined Disconnectors & Safety grounding switch arrangement shall also be


acceptable.

16.11 Mechanical position indication shall be provided locally at each switch and Electrical
indication at each Local Control Cabinet (LCC) / SAS.

16.12 Continuous current rating of the grounding switches (not less than 100A) shall be
specified by the manufacturer, which can be safely injected for Bay/ Bus equipment
testing.

17. High Speed Make Proof Grounding Switches

17.1 Grounding switches located at the beginning of the feeder bay modules shall be of the
high speed, make proof type and will be used to discharge the respective charging
currents, trapped charge in addition to their safety grounding function. These
grounding switches shall be capable of interrupting the inductive and capacitive
currents and to withstand the associated TRV. These shall confirm to class B and
electrical endurance class E1 as per annexure – C of IEC: 62271-102.

17.2 Single phase switches shall be provided with operating mechanism suitable for
operation from a 220V DC.

17.3 The switches shall be fitted with a stored energy closing system to provide fault
making capacity.

17.4 The short circuit making current rating of each ground switch shall be at least equal to
its peak withstand current rating as stated in clause 1.0 above. The switches shall have
inductive/ capacitive current switching capacity as per IEC-62271-102.

17.5 Each high speed make proof grounding switch shall have clearly identifiable local
positive driven mechanical indicator together with position indicator on the Local

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 25 of 54
Control Cabinet (LCC) and provision for taking the signal to Control Room/ SAS.

17.6 The details of the inscription and coloring for the indicator shall be as under:-
SIGN COLOUR
Open position Open Green
Closed position Closed Red

17.7 High speed ground switch operation should be possible locally from the Local Control
Cabinet (LCC).

17.8 These high speed grounding switches shall be electrically interlocked with their
associated circuit breakers and disconnectors so that the grounding switches cannot be
closed if the disconnectors are closed.

17.9 Interlocks shall be provided so that the insertion of the manual operating devices will
disable the electrical control circuits.

17.10 Each high speed ground switch shall be fitted with auxiliary switches having six NO
& six NC auxiliary contacts for use by others, over and above these required for local
interlocking and position indication. All contacts shall be wired to terminal blocks in
the local control cabinet. Provision shall be made for padlocking the ground switches
in their open or closed position.

17.11 All portion of the grounding switches and operating mechanism required for
connection to ground shall be connected together utilizing copper conductor having
minimum cross-sectional area of 100 sq. mm.

17.12 The main grounding connection on each grounding switch shall be rated to carry the
peak withstand current rating of the switch for 1 sec. and shall be equipped with a
silver plated terminal connector suitable for steel strap of adequate design for
connection to the grounding grid.

17.13 The high speed make proof grounding switches shall confirm to the requirements of
IEC-62271-102.

17.14 The rated Induced Current and Voltage for earth switches for both electrostatic and
electromagnetic coupling shall be as per IEC 62271-102.

17.15 Continuous current rating of the High speed grounding switches (not less than 100A)
shall be specified by the manufacturer, which can be safely injected for Bay/ Bus
equipment testing.

18. INSTRUMENT TRANSFORMERS


18.1 Instrument Transformers
18.1.1 Current Transformers.
A) General:
i) The current transformers and accessories shall conform to IEC: 60044-1 and
other relevant standards except to the extent explicitly modified in the
specification.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 26 of 54
ii) The particulars of the various cores may change within reasonable limits as per
the requirements of protection relay supplier. The manufacturer is required to
have these values confirmed from the purchaser before proceeding with design
of the cores. The other characteristics of CTs shall be as given in TECHNICAL
PARAMETER of Current Transformer.

B) Ratios and Characteristics


The number, rating, ratios, accuracy class, etc. for the individual current
transformers secondary cores shall be in accordance with Table-IA & IB. Where
multi-ratio current transformers are required the various ratios shall be obtained
by changing the effective number of turns on the secondary winding.

C) Rating and Diagram Plates.


Rating and diagram plates shall be as specified in the IEC specification
incorporating the year of manufacture. The rated extended current rating voltage
and rated thermal current shall also be marked on the name plate.

The diagram plates shall show the terminal markings and the relative physical
arrangement of the current transformer cores with respect to the primary
terminals (P1 & P2).

The position of each primary terminal in current transformer SF6 gas section
shall be clearly marked by two plates fixed to the enclosure at each end of
current transformer.
D) Constructional Details:
a) The current transformers incorporated into the GIS will be used for
protective relaying and metering purpose and shall be of metal- enclosed
type.
b) Each current transformer shall be equipped with a secondary terminal box
with terminals for the secondary circuits, which are connected to the local
control cubicle. The star/ delta configuration and the inter connection to the
line protection panels will be done at the CT terminal block located in the
local control cubicle.
c) Current transformers guaranteed burdens and accuracy class are to be
intended as simultaneous for all cores.
d) For 245/72.5 kV class CTs, the rated extended primary current shall be
120% on all cores of the CTs.

For 245/72.5 kV current transformer, characteristics shall be such as to


provide satisfactory performance of burdens ranging from 25% to 100% of
rated burden over a range of 5% to 120%(or specified rated extended current
whichever is higher) of rated current in case of metering CTs and up to the
accuracy limit factor/knee point voltage in case of relaying CTs.
e) The instrument security factor at all ratios shall be less than five (5) for
metering core. ISF shall be verified without use of any auxiliary reactor. If
any auxiliary CTs/reactor are used in the current transformers then all
parameters specified shall have to be met treating auxiliary CTs as an
integral part of the current transformer. The auxiliary CTs/reactor shall
preferably built in construction of the CTs.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 27 of 54
f) The wiring diagram, for the interconnections of the three single phase CTs
shall be provided inside the Secondary terminal box.
g) The current transformers shall be suitable for high speed auto-reclosing.
h) Provisions shall be made for primary injection testing either within CT or
outside.
i) Electromagnetic shields to be provided against high frequency transients
typically 1-30 MHz. All the current transformers shall have effective
electromagnetic shields to protect against high frequency transients.

j) The bidder will take care for the compatibility of the CT vis-à-vis burden of
relay and connecting leads, however for calculation purpose fault current
may be taken as 40kA for 220kV & 31.5 kA for 66kV and secondary current
may be calculated accordingly.
k) The output burden of cores shall be as table IA & IB. However, burden of
each core shall be finalized during detailed engineering.

18.1.2 VOLTAGE TRANSFORMERS

A) General
The voltage transformers shall conform to IEC- 60044-2 and other relevant
standards except to the extent explicitly modified in the specification.
Voltage transformers shall be of the electromagnetic type with SF6 gas
insulation. The earth end of the high voltage winding and the ends of the
secondary winding shall be brought out in the terminal box.
B) Ratios and Characteristics
The rating, ratio, accuracy class, connection etc. for the voltage transformers
shall be in accordance with Table II-A and Table II-B.

C) Rating and diagram plates


Rating and diagram plate shall be provided complying with the requirements of
the IEC specification incorporating the year of manufacture and including turns
ratio, voltage ratio, burden, connection diagram etc.

D) Secondary Terminals, Earthing and Fuses


The beginning and end of each secondary winding shall be wired to suitable
terminals accommodated in a terminal box mounted directly on the voltage
transformer section of the SF6 switchgear.
All terminals shall be stamped or otherwise marked to correspond with the
marking on the diagram plate. Provision shall be made for earthing of the
secondary windings inside the terminal box.

E) The transformer shall be able to sustain full line to line voltage without
saturation of transformer.
The accuracy class will be at maximum tap.

F) Constructional Details of Voltage Transformers.


a) The voltage transformers shall be located in a separate bay module on the
bus and will be connected phase- to ground and shall be used for protection,
metering and synchronization. The voltage transformers shall be located in a
separate module.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 28 of 54
b) The voltage transformers shall be of inductive type, nonresistant and shall be
contained in their own-SF6 compartment, separated from other parts of
installation. The voltage transformers shall be effectively shielded against
high frequency electromagnetic transients. The voltage transformers shall
have three secondary windings. The supplier shall ensure that there is no risk
of Ferro resonance due to the capacitance of the GIS.
c) Voltage transformers secondary’s shall be protected by MCB with
monitoring contacts for all the windings. The secondary terminals of the
VT’s shall be terminated to the stud type non-disconnecting terminal blocks
in the secondary boxes.
d) The voltage transformer should be thermally and dielectrically safe when the
secondary terminals are loaded with the guaranteed thermal burdens.

e) The accuracy on secondary III should be maintained through out the entire
burden range as per Table IIA and IIB, without any adjustments during
operation. However, the burden of each core shall be finalized during
detailed engineering.

f) The diagram for the interconnection of the VTs shall be provided inside the
secondary terminal box.

18.1.3 TESTS:
Current and voltage transformers shall conform to type tests and shall be subjected to
routine test in accordance with IEC.

18.1.4 TECHNICAL PARAMETERS

18.1.4.1 Current Transformers

S. Particular 220 kV 66kV


No
a) Rated voltage Un 245 kV (rms) 72.5 kV (rms)
b) Rated frequency 50 Hz 50 Hz
c) System neutral earthing Effectively earthed Effectively earthed
d) Rated short time thermal current 40 kA for 1 Second 31.5 kA for 1
second
e) Rated dynamic current 100 kAp 80 kAp
f) Rated insulation levels
i) 1.2/50 µsecond impulse voltage ±1050 kVp ±325 kVp
ii) 1 Minute power frequency 460 kV (rms) 140 kV (rms)
withstand voltage
iii) 250/2500 µsecond switching
impulse voltage (dry & wet)
g) Maximum temperature rise As per IEC 60044-1 As per IEC 60044-
0
over an ambient temp of 50 C 1
h) Radio interference voltage at < 1000 microvolts -
1.1 Un/√3 and frequency
range 0.5 to 2 MHz

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 29 of 54
i) One minute power frequency 3 kV (rms) 3 kV (rms)
withstand voltage between
sec. Terminal & earth
j) Partial discharge level < 10 pico coulombs -

18.1.4.2 Voltage Transformers

Sl. Particular 220 kV 66kV


No.
a) Rated voltage Un 245 kV (rms) 72.5 kV (rms)
b) Rated frequency 50 Hz 50 Hz
c) System neutral earthing Effectively earthed Effectively earthed
d) System fault level 40 kA for 1Second 31.5 kA for 1
second
e) Rated insulation levels
i) 1.2/50 micro second impulse ±1050 kVp ±325 kVp
voltage
ii) 1 Minute power frequency 460 kV (rms) 140 kV (rms)
withstand voltage
iii) 250/2500 µsecond switching
impulse voltage (dry & wet)
f) One minute power frequency 3 kV (rms) 3 kV (rms)
withstand voltage for secondary
winding
g) Radio interference voltage at < 1000 microvolts -
1.1 Un/√3 and frequency
range 0.5 to 2 MHz
h) Rated total thermal burden 400 VA
j) Partial discharge level < 10 pico coulombs -

19. Surge Arrestors


The surge arrestors shall confirm in general to latest IEC –60099-4.

19.1 Insulation Co-Ordination and Selection of Surge Arrestor


The contractor shall be fully responsible for complete insulation co-ordination of
switchyard including GIS. Contractor shall carry out detailed studies and design
calculations to evolve the required parameters locations, energy capability etc. of
surge arrestors such that adequate protective margin is available between peak
Impulse, surge and power frequency discharge voltages and BIL of the protected
requirement. The locations of surge arrestors shown in single line diagram are
indicative only. If the bidder feels that at some more locations the surge arrestors are
required to be provided the same should also be deemed included in the offer.

If distance between Surge Arrestor and transformer bushing terminal inclusive of


head length is more than 60 m or 170 ft then one surge arrestor shall be with GIS
System and another shall be with transformer.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 30 of 54
The contractor shall perform all necessary studies. The report shall detail the limits of
all equipment parameters which could affect the insulation co-ordination. The report
shall also detail the characteristics of the surge arrestor and shall demonstrate that the
selected arrester’s protective and withstand levels, discharge and coordinating
currents, and arrestor ratings and comply with the requirement of this specification.

The contractor shall also consider in the studies the open circuit breaker condition,
fast transients generated by slow operation of disconnecting switches. The study
report and design calculations shall be submitted for Owner’s approval.

19.2 Duty requirements of GIS Surge Arrester

a) The surge arrester shall be heavy duty station class and gapless (Metal oxide)
type without any series or shunt gaps.
b) The surge arresters shall be capable of discharging over-voltages occurring
during switching of unloaded transformers, reactors and long lines.

c) 245 kV & 72.5 kV class arrester shall be capable of discharging energy


equivalent to class 3 of IEC for 245 kV & 72.5 kV system on two successive
operations.

d) The reference current of the arresters shall be high enough to eliminate the
influence of grading and stray capacitance on the measured reference voltage.

e) The surge arresters are being provided to protect the following whose insulation
levels are indicated in the table given below:-

Equipment to be Lightning impulse (kVp) Lightning impulse


Protected for 245 kV system (kVp) for 72.5 kV
system
Power Transformer ± 950 ±325
Instrument Transformer ± 1050 ±325

CB/Isolator ± 1050 ±325


Phase to ground
Across open contacts ±1200 ±375

19.3 Constructional Features

The nonlinear blocks shall be of sintered/infered metal oxide material. These shall be
provided in such a way as to obtain robust construction, with excellent mechanical
and electrical properties even after repeated operations.

The arrestor enclosure shall be vertically or horizontally mounted to suit the layout of
the switchgear as suggested by the manufacturer and shall be fitted with a discharge
counter located in an easily accessible position and online continuous resistive
leakage current monitoring system. The system shall be provided with an interface to
integrate with the substation automation system.

The main grounding connection from the surge arrestor to the earth shall be provided

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 31 of 54
by the contractor. The size of the connecting conductor shall be such that all the
energy is dissipated to the ground without getting overheated.

19.4 Tests
In accordance with the requirements stipulated the surge arrestors shall conform to
type tests and shall be subjected to routine and acceptance tests in accordance with
IEC document.

Each metal oxide block shall be tested for the guaranteed specific energy capability in
addition to the routine/acceptance test as per IEC-60099.

Test on Surge Monitors:


The Surge monitors shall also be connected in series with the test specimens during
residual voltage and current impulse withstand tests to verify efficacy of the same.
Additional routine/functional tests with one 100A and 10 kA current impulse, (8/20
micro sec.) shall also be performed on the surge monitor.

19.5 Parameters
Following are the parameters for 220kV and 66kV system generally adopted by
Owner for their installations. These parameters are indicative and not binding. The
actual parameters required for the installation shall be evolved by contractor.

245 kV & 72.5kV CLASS SURGE ARRESTOR


Particulars 220 kV 66kV
a) Rated system voltage 245 kV 72.5kV
b) System neutral earthing Effectively earthed Effectively earthed
c) Rated arrestor voltage 198kV 60kV
d) Nominal discharge current 10 kA of 8/20 10 kA of 8/20 micro
micro second wave second wave

e) Rated frequency 50 Hz 50 Hz
f) Maximum continuous operating 168 kVrms 50kVrms
voltage
g) Max. residual voltage at
i) 10kA nominal discharge current 550kVp 170kVp
ii) 20kA nominal discharge current 630kVp 200kVp

h) Long duration discharge class 3 3

i) High current short duration test 100 kA 100 kA


value (4/10 micro second wave)

j) System fault level and its duration 40kA for 1 sec 31.5kA for 1 sec

k) Pressure relief device class A A

l) Basic insulation level of equipment


a) Impulse withstand voltage for 1050kVp 325 KVp
1.25/50 micro sec

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 32 of 54
b) One minute power frequency 460kVrms 140 KVrms
withstand voltage
m) Current through arrestors at Not more than 1mA Not more than 1mA
operating voltage

n) Steep current impulse residual 730kVp 220kVp


voltage

20. OUTDOOR BUSHINGS:


A. General
Outdoor bushings, for the connection of conventional external conductors to the SF6
metal enclosed switchgear, shall be provided where specified and shall conform to the
requirements given in GTR. The dimensional and clearance requirements for the
metal enclosure will be the responsibility of the manufacturer and their dimensions
must be coordinated with the switchgear.

Bushings shall generally be in accordance with the requirements of IEC publication


60137 as applicable.

B. Insulation levels and creepage distances


All bushings shall have an impulse and power frequency withstand level that is
greater than or equal to the levels specified for GIS.

The creepage distance over the external surface of outdoor bushings shall not be less
than 25 mm/kV.

C) Bushing types and fitting

The details of bushing shall be as follows:

SF6 to air Bushing shall be of Polymer / composite type and shall be robust and
designed for adequate cantilever strength to meet the requirement of seismic
condition, substation layout. The electrical and mechanical characteristics of bushings
shall be in accordance with IEC: 60137. All details of the bushing shall be submitted
for approval and design review.

Polymer / composite insulator shall be seamless sheath of a silicone rubber


compound. The housing & weather sheds should have silicon content of minimum
30% by weight. It should protect the bushing against environmental influences,
external pollution and humidity. The hollow silicone composite insulators shall
comply with the requirements of the IEC publications IEC 61462 and the relevant
parts of IEC 62217. The design of the composite insulators shall be tested and verified
according to IEC 61462 (Type & Routine test)

D) Mechanical forces on bushing terminals


Outdoor bushings must be capable of withstanding cantilever forces due to weight of
bus duct (GIB) on one side & AIS conductor/Al tube on the other side and short
circuit forces. Design calculations in support of the cantilever strength chosen shall be
submitted for owners review and approval.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 33 of 54
E) Type test reports as per applicable IEC including radio interference voltage (RIV) test
shall be submitted in line with the requirement as specified in section GTR for
approval.

20.2 SF6 GIS TO XLPE CABLE TERMINATION

20.2.1 The underground cables shall be connected to GIS by the interfacing of XLPE cable
sealing end to GIS Cable termination enclosure.

20.2.2 The SF6 GIS to XLPE cable termination shall conform to IEC-62271-209.

20.2.3 The ratings of XLPE cables for different voltages are specified in the Section project.

20.2.4 The ducts and the casing shall be suitable for the requirements for which it is
designed. This interface section shall be designed in a manner which will allow ease
of operation and maintenance.

20.2.5 The provision shall be made for a removable link. The gap created when the link is
removed should have sufficient electric strength to withstand the switchgear high
voltage site tests. The contractor may suggest alternative arrangements to meet these
requirements. The corona rings/stress shields for the control of electrical field in the
vicinity of the isolation gap shall be provided by the GIS manufacturer.

20.2.6 All supporting structures for the SF6 bus-duct connections between the XLPE cable
sealing ends and the GIS shall be the scope of the contract. The supplier may specify
alternative connecting & supporting arrangements for approval of the purchaser.

20.2.7 The opening for access shall be provided in each phase terminal enclosures as
necessary to permit removal of connectors to isolate the XLPE cables to allow
carrying out the insulation tests. The general arrangement drawing of interconnecting
bus-duct from GIS bay module to XLPE cable termination end shall also be
submitted.

20.2.8 Type test reports of radio interference voltage (RIV) level shall be submitted for
approval.

20.3 TRANSFORMER TERMINATION MODULE

20.3.1 The transformer termination module enables a direct transition from the SF6 gas
insulation to the bushing of an oil-insulated transformer. For this purpose, the
transformer bushing must be oil-tight, gas-tight and pressure resistant. Any
temperature related movement and irregular setting of the switchgear’s or
transformer’s foundations are absorbed by the expansion fitting.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 34 of 54
20.3.2 The oil filled transformers are as shown in the substation SLD. The oil to air
bushings of the transformers shall be supplied and the same shall be connected to the
SF6 ducts through air to SF6 bushings.

20.3.3 Terminal connection arrangement to connect GIS duct to bushing and duct mounting
arrangement details shall be submitted during detailed engineering for Employer’s
approval. Any modification suggested by transformer supplier shall have to be carried
out by the supplier to facilitate proper connection with the bushings of the
autotransformer.

21. LOCAL CONTROL CUBICLE (LCC)

21.1 Functions

21.1.1 Each circuit-breaker bay shall be provided with a local control cubicle containing
local control switches and a mimic diagram for the operation and semaphore for status
indication of the circuit-breaker and all associated isolators and earth switches
together with selector switches to prevent local and remote and supervisory controls
being in operation simultaneously.

21.1.2 Status indications in the LCC shall be semaphore type or LED type.

21.1.3 Closing of the circuit- breaker from the local control unit shall only be available when
the breaker is isolated for maintenance purposes. Circuit-breaker control position
selector, operating control switch and electrical emergency trip push button shall be
installed in the Local Control Cubicle. Circuit-breaker control from this position will
be used under maintenance and emergency conditions only. The emergency trip push
buttons shall be properly shrouded.

21.1.4 If Disconnector or earth switch is not in the fully open or closed position a "Control
Circuit Faulty" alarm shall be initiated, and electrical operation shall be blocked.

21.1.5 20% spare terminals shall be provided in each LCC apart from terminals provided for
the termination and interconnection of all cabling associated with remote and
supervisory control, alarms, indications, protection and main power supply etc.

21.1.6 Where plugs and sockets connect control cabling between the local control cubicle
and the switchgear these shall not be interchanged.

21.1.7 Hydraulic and SF6 auxiliary equipment necessary for the correct functioning of the
circuit breaker, isolators and earth switches shall be located in a separate cubicle
compartment.

21.1.8 LCC shall be suitable for remote operation from substation automation system (SAS).
Each gas tight compartment shall be monitored individually per phase basis through
SAS.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 35 of 54
21.2 Constructional features

21.2.1 Local Control cubicle shall be either mounted on the GIS with front access or free
standing, floor mounting type. It shall comprise structural frames completely enclosed
with specially selected smooth finished, cold rolled sheet steel of thickness not less
than 3 mm for weight bearing members of the panels such as base frame, front sheet
and door frames, and 2.0mm for sides, door, top and bottom portions. There shall be
sufficient reinforcement to provide level transportation and installation.

21.2.2 Access to all compartments shall be provided by doors. All fastenings shall be integral
with the panel or door and provision made for locking. Cubicles shall be well
ventilated through vermin-proof louvers having anti insect screen. All doors shall be
gasketed all around with suitably profiled Neoprene/EPDM gaskets conforming with
provision of IS 11149. However, XLPE gaskets can also be used for fixing protective
glass doors.

21.2.3 Each LCC panel should have its own separate AC supply source feed from the
ACDB. The DC supply shall be from respective relay & protection panel power,
control, interlocking, signaling. Each panel shall be provided with necessary
arrangements for receiving, distributing and isolating of DC and AC supplies for
various control, signaling, lighting and space heater circuits. The incoming and sub-
circuits shall be separately provided with Fuses. All fuses shall be HRC cartridge type
conforming to IS: 13703 mounted on plug-in type fuse bases. The short time fuse
rating of Fuses shall be not less than 9 KA. Fuse carrier base shall have imprints of the
fuse 'rating' and 'voltage'.

21.2.4 Each LCC Panel shall be provided with the following:

1. Plug Point: 240V, Single phase 50Hz, AC socket with switch suitable to accept 5
Amps and 15 Amps pin round standard Indian plug, shall be provided in the interior
of each cubicle with ON OFF switch.

2. Interior Lighting: Each panel shall be provided with a fluorescent lighting fixture
rated for 240 Volts, single phase, 50 Hz supply for the interior illumination of the
panel controlled by the respective panel door switch. Adequate lighting shall also be
provided for the corridor in Duplex panels.

3. Space Heater: Each panel shall be provided with a thermostatically connected space
heater rated for 240V, single phase, 50 Hz AC supply for the internal heating of the
panel to prevent condensation of moisture. The fittings shall be complete with switch
unit.

21.2.5 Operating mechanisms, auxiliary switches and associated relays, control switches,
control cable terminations, and other ancillary equipment shall be accommodated in
sheet steel vermin proof cubicles.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 36 of 54
21.2.6 Local control cubicles shall be provided to be free standing and shall be equipped
with anti-condensation heaters. A suitable humidity stat and thermostat shall be
included in the heater circuit.

21.2.7 The interior of each cubicle shall be finished with a semi gloss white surface. An
interior lamp suitable for the local LVAC supply, controlled by a door-operating
switch, shall be fitted at the top of each panel.

21.2.8 The arrangement of equipment within cubicles shall be such that access for
maintenance or removal of any item shall be possible with the minimum disturbance
of associated apparatus. All the control switches shall be internal i.e. installed behind
a lockable glass door.

21.2.9 An interlocking scheme shall be provided that takes into account the following basic
requirements.

• To safeguard maintenance personnel who may be working on one section of the


equipment with other sections live.

• prevent incorrect switching sequences that could lead to a hazardous situation to


plant, equipment and personnel.

21.2.10Electrical bolt interlocks shall be energized only when the operating handle of the
mechanism is brought to the working position. Visible indication shall be provided to
show whether the mechanism is locked or free. Means, normally padlocked, shall be
provided whereby the bolt can be operated in the emergency of a failure of interlock
supplies.

21.2.11Where key interlocking is employed tripping of the circuit breaker shall not occur if
any attempt is made to remove the trapped key from the mechanism. Any local
emergency-tripping device shall be kept separate and distinct from the key
interlocking.

21.2.12Disconnecting switches shall be so interlocked that they cannot be operated unless the
associated circuit-breaker is open except that where double bus bar arrangements are
specified, on-load transfer of feeder circuits from one bus bar to another shall be made
possible by interlocks which ensure that the associated bus coupler and its isolators
are closed.

21.2.13Bus coupler circuit breaker shall be interlocked so that it shall not be possible to open
a bus coupler circuit breaker while on load change over on that side of the breaker is
in progress.

21.2.14All isolating devices shall be interlocked with associated circuit-breakers and isolators
in the same station so that it shall not be possible to make or break current on an
isolating device unless a parallel circuit in that station is already closed.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 37 of 54
22. GIS BUILDING

22.1 The buildings shall house each voltage class Gas Insulated Switchgear (GIS)
separately and other associated equipment inside in each of the GIS buildings. GIS
building(s) shall be constructed for the specified number of bays/diameters as per
section project.

22.2 Wherever GIS hall of proposed voltage is already existing, then the existing GIS hall
of respective class shall be suitably extended (wherever applicable) to accommodate
the number of bays/diameters as specified in the Section Project.

22.3 The contractor shall submit the design & construction proposal of the building along
with necessary information, data, and drawings during the detailed engineering
according to the complete requirements.

22.4 The area for GIS hall(s) is indicated in the enclosed General Arrangement drawing.
The area given is for reference only and may vary according to requirement of the
equipment to be installed inside. The contractor shall finalize the dimensions
according to the equipment offered by them providing enough space & access for
erection, operation and maintenance.

The contractor shall place their panels i.e. Bay level units, bay mimic, relay and
protection panels, RTCC panels, PLCC panels etc. in a separate room in the GIS
building.. The size of the room shall be such that all the panels for the future bays/
diameters as per clause 17.1 shall be accommodated in the above room. The panel
room shall be air-conditioned. Further, the temperature of the room shall be monitored
through substation automation system by providing necessary temperature
transducers.

23. ELECTRIC OVERHEAD CRANE :

23.1 One EOT Crane each for GIS hall of suitable capacity shall be provided for erection
& maintenance of largest GIS component/assembly. The crane shall consist of all
special requirements for erection & maintenance of GIS equipment.

23.2 The capacity of the crane shall be sized to lift the heaviest GIS switchgear component.

23.3 The Crane shall be used for the erection and maintenance of the GIS switchgear
component and all plant installed in the GIS switchgear room .On completion of
erection of the switchgear, the Contractor shall completely service the crane before
the Taking Over Certificate is issued.

23.4 Crane hook approaches shall be of the minimum possible dimensions to ensure
maximum coverage of the plant area.

23.5 The crane(s) shall be capable of lifting and accurately positioning all loads ranging
from full crane rated capacity to at least 10% rated capacity.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 38 of 54
23.6 The crane shall have minimum speeds under full load of:

Speed

(a) Hoisting 2 meters/minute

(b) Cross Travel 10 meters/minute

(c) Long Travel 20 meters/minute

(d) Creep speed shall be of 25% of operating speed

23.7 The electric overhead cranes shall be provided with walkways, platforms. Guard hand
rails shall be provided along the bridge rails and on the crab of EOT crane to facilitate
cleaning/maintenance of the crane and to give access to the GIS room high bay
lighting and ventilation duct and grilles.

23.8 The platform and walkways shall be designed to support any weight to be imposed
upon them during crane overhaul.

23.9 An access platform shall be provided together with a guarded ladder on the crane to
allow access to the bridge rails.

23.10 The crane shall be possible to be operated through the cable, through the pendant
control and which shall be easily accessible from the floor of GIS building and
through remote control device.

23.11 Contractor shall submit the capacity calculation of crane for GIS hall considering a
factor of safety of 5. The crane for 220kV GIS, 66kV GIS shall have capacity of
minimum 5,3T respectively safe working load & minimum height of crane have shall
be 6.0, 5.0 meters respectively or as per actual requirement whichever is higher.

23.12 In case the GIS hall is to be extended, the scope of work also involves extension of
EOT crane girders to facilitate movement of EOT crane in the extended portion of
GIS hall.

23.13 The following tests may be applicable for EOT Crane

1. The crane shall be tested at manufacturer work under full load and 25 percent
overload of hoisting and cross transverse motions as a routine test.

2. Further the following tests may be done at site after installation of the crane at
site

a. Check all the accessories for proper function


b. No load test
c. Load test as per site conditions

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 39 of 54
24. VENTILATION SYSTEM FOR GIS HALL

a. Each GIS Hall shall have an independent ventilation system. Each Ventilation system
shall consist of two 100% capacity systems, one operating and one stand-by.

b. To ensure that the air being supplied to the GIS hall is free from dust particles, a
minimum two stage dust filtration process shall be supplied. This shall consist of at
least the following:

1. Pre Filters: To remove dust particles down to 10 micron in size with at


least 95% efficiency.

2. Fine Filters: To remove dust particles down to 5 microns in size with at


least 99% efficiency.

All the filters shall be panel type. Easy access should be available to the filters for
replacement/cleaning.

The ventilation of the GIS hall shall be of a positive pressure type with minimum 4 air
changes per hour. The pressure inside the GIS hall shall be maintained 5 mm of water
above the atmospheric pressure. Fresh outdoor air shall be filtered before being blown
into the GIS hall by the air fans to avoid dust accumulation on components present in
the GIS hall. GIS hall shall be provided with motorized exhaust dampers with local
control.

c. In case of extension of GIS hall is covered under the present contract, separate
ventilation system shall be provided meeting the functional requirement as specified
above and the same shall be integrated with existing ventilation system.

25. Seismic Design Criteria:

The equipment shall be designed for operation in seismic zone for earthquake
resistance. The seismic loads are due to the horizontal and vertical acceleration which
may be assumed to act non concurrently. Seismic Qualification requirements shall be
as per IEC 62271-207 for the design of equipment. The equipments along with its
parts shall be strong enough and sufficiently well connected to resist total operating
stresses resulting from the forces in normal operation but in case of abnormal
condition shall also resist with forces superimposed due to earthquakes. The copies of
type test reports for similar rated equipment, if tested earlier, should be furnished. If
the equipment has not been type tested earlier Test Report/Analysis Report should be
furnished during detailed engineering.

To prevent the movement of GIS sub assemblies i.e. various bay modules during the
earthquake, suitable devices shall be provided for fixing the sub assemblies to the
foundation. The contractor shall supply necessary bolts for embedding in the concrete
foundation. The fixing of GIS sub assemblies to the foundation shall be designed to
withstand the seismic events. It will also be ensured that the special devices as well as
bolts shall not be over stressed. The details of the devices used and the calculations
for establishing the adequacy shall be furnished by the supplier and shall be subject to
the approval.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 40 of 54
26. DESIGN REVIEW

26.1 Design reviews shall be conducted by Employer or an appointed consultant during the
detailed Engineering of the GIS; however the entire responsibility of design shall be
with the supplier.

26.2 Employer may also visit to the supplier’s works to inspect design, manufacturing and
test facilities.

26.3 The design review will commence after placement of award with the successful
contractor and shall be finalised before commencement of manufacturing activity.
These design reviews shall be carried out in detail to the specific design with
reference of the GIS under the scope of this specification. Employer reserve the right
to waive off the design review during detailed engineering.

26.4 The design review shall be conducted generally following the, “User Guide for the
application of Gas Insulator Switchgear (GIS) rated voltage of 72.5kV and above” –
CIGRE report No. 125 prepared by CIGRE Working Group 23.10.

26.5 The manufacturer will be required to demonstrate the use of adequate safety margins
for thermal, mechanical, dielectric, insulation coordination and vibration etc. design to
take into the account the uncertainties of his design and manufacturing processes.

26.6 The scope of such a design review shall at least include the following:

1. Dielectric Stress of Solid Insulation like Gas Barrier, support insulator etc.
2. Dielectric stress of SF6 Gas Volume.
3. Mechanical strength of enclosure, expansion joints etc.
4. Criteria for providing expansion joint.
5. Sealing system
6. Insulation coordination
7. Thermal stress and resulting increase in gas pressure during short circuit
condition.
8. Earthing of enclosure w.r.t circulating current.
9. Seismic design, as per IEC 62271-207
10. Circuit Breaker.
11. Isolator and Earth switch.
12. Voltage transformer.
13. Current Transformer.
14. Surge Arrester.
15. Bushing.
16. Ducting.
17. Corrosion protection.
18. Electrical and physical Interfaces with substation.
19. Testing capabilities.
20. Inspection and test plan.
21. Transport and storage.
22. Maintainability.
23. Site Test.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 41 of 54
26.7 Further, the manufacturer shall furnish the following information

a) Details regarding the loosely distributed metallic particles within the


GIS encapsulation and calculations of critical field strength for specific
particles of defined mass and geometry.

b) Study report of VFTO generated for GIS installation.

c) The methodology and all the equipment for electrical partial discharge
(PD) detection, including that mentioned in the specification else-
where.

d) The calculations and documents in support of the average intensity of


electromagnetic field on the surface of the enclosure above during
detailed engineering.

e) The detailed criteria/ design regarding location of pressure relief


devices/rupture diaphragms

f) Calculations to show that there is no Ferro resonance due to


capacitance of GIS for the voltage transformers

g) Design calculation for simulated parameters for Seismic level as


applicable

h) Insulation Coordination studies including studies to recommend for


additional surge arrestor

i) Calculations in support of touch & step voltages in all enclosures and


earthing of complete GIS installation.

j) Measures to mitigate transient enclosure voltage by high frequency


currents.

k) Calculation for providing bus duct supports.

27. TYPE TESTS

The offered GIS equipment shall conform to the type tests as per IEC-62271-203.
Contractor shall submit type test reports for the following type tests & additional type
tests.

Sl. Description of the Type Test for GIS


1 Tests to verify the insulation level of the equipment and dielectric test on
auxiliary circuits
2 Tests to prove the temperature rise of any part of the equipment and
measurement of the resistance of the main circuit

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 42 of 54
3 Tests to prove the ability of the main and earthing circuits to carry the rated
peak and rated short time withstand current
4 Tests to verify the making and breaking capacity of the included switching
Devices
5 Tests to prove the satisfactory operation of the included switching devices
6 Tests to prove the strength of the enclosures
7 Gas tightness tests
8 Tests on partitions
9 Tests to prove the satisfactory operation at limit temperatures
10 Tests to assess the effects of arcing due to internal fault
11 Verification of the degree of protection of the enclosure
12 Tests to prove performance under thermal cycling and gas tightness tests
on
Insulators
13 Additional tests on auxiliary and control circuits
14 Reactor current switching test
15 Test to demonstrate the Power frequency withstand capability of breaker in
open condition at lock out pressure.
16 Electromagnetic compatibility tests (if applicable)
17 Radio inference voltage tests (RIV) , if applicable

The test reports of the above type tests for GIS (including type test report on Circuit
breaker, Disconnectors, Grounding switches, Current and Voltage transformers as per
relevant IEC and type tests of SF6/Air & Oil bushing as per IEC 60137 shall be
submitted for approval as per Section- GTR, Technical Specification.

28. GENERAL

28.1 Painting of enclosure: All enclosures shall be painted externally as per


manufacturer’s painting procedure. The painting procedures as followed shall be
submitted during detailed engineering.

28.2 Heaters: Wherever required, heaters shall be provided to prevent moisture


condensation. Heaters are not allowed inside the main circuit.

28.3 Identification & rating plate

Each bay shall have a nameplate showing

a) A listing of the basic equipment (such as a breaker, Disconnectors grounding


switches, current transformers, voltage transformers, and bushings etc).

b) A schematic diagram indicating their relative locations.

c) DTL Contract Number.

d) Each module will have its own Identification & rating plate. The rating plate
marking for each individual equipment like Circuit breaker, Disconnector

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 43 of 54
Grounding switches, Current transformer, Voltage transformers, Surge arrester
etc shall be as per their relevant IEC.

29 TRANSPORT OF EQUIPMENT TO SITE

The contractor shall be responsible for the loading, transport, handling and offloading
of all equipment and materials from the place of manufacture or supply to site. The
contractor shall be responsible to select and verify the route, mode of transportation
and make all necessary arrangement with the appropriate authorities as well as
determining any transport restrictions and regulations imposed by the government and
other local authorities. All transport packages containing critical units viz Circuit
breakers and Voltage transformers shall be provided with sufficient number of
electronic impact recorders (on returnable basis) during transportation to measure the
magnitude and duration of the impact in all three directions. The acceptance criteria
and limits of impact in all three directions which can be withstood by the equipment
during transportation and handling shall be submitted by the contractor during
detailed engineering. The recording shall commence in the factory and must continue
till the units reach site. The data of electronic impact recorders shall be downloaded at
site and a soft copy of it shall be handed over to Engineer – in –charge. Further,
contractor shall communicate the interpretation of the data within three weeks.

30 PACKING, STORAGE AND UNPACKING

30.1 All the equipment shall be carefully packed for transport by sea, rail and road in such
a manner that it is protected against the climatic conditions and the variations in such
conditions that will be encountered enroute from the manufacturer’s works to the site.

30.2 The SF6 metal clad equipment shall be shipped in the largest factory assembled units
that the transport and loading limitations and handling facilities on site will allow to
reduce the erection and installation work on site to a minimum.

30.3 Where possible all items of equipment or factory assembled units shall be boxed in
substantial crates or containers to facilitate handling in a safe and secure manner.
Should the units be considered too large for packing in crates, they shall be suitably
lagged and protected to prevent damage to any part, particularly small projections,
during transport and handling. Special lugs or protective supports shall be provided
for lifting to prevent slings and other lifting equipment from causing damage. Each
crate, container or shipping unit shall be marked clearly on the outside to show where
the weight is bearing and the correct position for the slings.

30.4 Each individual piece to be shipped, whether crate, container or large unit, shall be
marked with a notation of the part or parts contained therein.

30.5 Special precautions shall be taken to protect any parts containing electrical insulation
against the ingress of moisture. This applies particularly to the metal clad equipment
of which each gas section shall be sealed and pressurized prior to shipping. Either dry
nitrogen/air or dry SF6 gas shall be used and the pressure shall be such as to ensure
that, allowing for reasonable leakage, it will always be greater than the atmospheric
pressure for all variations in ambient temperature and the atmospheric pressure
encountered during shipment to site and calculating the pressure to which the sections

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 44 of 54
shall be filled to ensure positive pressure at all times during shipment. The type of
gas, the maximum pressure to which sections will be filled prior to shipment and the
minimum allowable pressure during shipment shall be advised prior to dispatch.

30.6 All blanking plates, caps, seals, etc., necessary for sealing the gas sections during
shipment to site shall be provided as part of the contract and shall remain the property
of DTL. If considered necessary, blanking plates or other sealing devices shall be
provided with facilities for measuring the gas pressure and recharging at any time
during the transport period. Any seals, gaskets, ‘O’ rings, etc. that may be used as part
of the arrangement for sealing off gas sections for shipment of site, shall not be used
in the final installation of the equipment at site. Identification serial numbers shall be
stamped into the blanking plates, etc., and on the switchgear equipment to which they
are fitted so that they can easily be identified and refitted should it ever be necessary
to ship sections of the switchgear back to the manufacturer’s works for repair.

30.7 Valves and other gas couplings associated with the switchgear gas systems shall be
adequately protected against damage from any bumps or physical blows. They shall
also be capped to prevent ingress of dirt or moisture or damage to any coupling, pipes,
threads or special fittings. Any explosion vents and other pressure relief devices shall
be suitably sealed and protected to prevent accidental exposure of the sealed sections
during shipment to site.

30.8 For bus ducts involving male and female joints of the current carrying conductor, the
same shall be transported in disassembled condition to avoid any damage during
transit. All bright parts liable to rust shall receive a coat of anti rusting composition
and shall be suitably protected.

30.9 The contractor will be able to use the available storage areas at site. The contractor
shall ensure that during the period between arrival at site and erection, all materials
and parts of the contract works are suitably stored in such approved manner as to
prevent damage by weather, corrosion, insects, vermin or fungal growth. The scope of
providing the necessary protection, storing off the ground, as required etc. is included
in the works to be performed by the contractor.

30.10 The equipment shall only be unpacked or removed from the containers immediately
prior to being installed. They shall not be left lying unnecessarily in open crates or
containers. Special precautions shall be taken when gas sections which have been
sealed and pressurized for shipping are opened up to reduce the ingress of dirt and
atmospheric moisture to a minimum. Whenever possible this shall only be done
immediately prior to installation and if any section is to be left outside for any length
of time after being opened, it shall be resealed and pressurized with either dry
nitrogen/air or SF6 gas until required.

31 INSTALLATION OF GIS

31.1 Civil works of GIS Hall shall be completed in all respects for taking up the
installation and it shall be ensured that all dust and dirt in the hall are removed. All
openings (including Bus Duct) except entry door should be closed and proper sealed.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 45 of 54
31.2 The installation area shall be secured against entry of unauthorized personnel. Only
certified manufacturer’s engineer and supervisor shall supervise critical & important
erection works. The help of local technicians can be taken only for material handling
and non-critical erection works. Engineers and supervisors of the manufacturer shall
submit authorization certificate to DTL.

31.3 Assembly drawing for GIS erection for the section under progress shall be available
and displayed in GIS hall at the time of work.

31.4 Proper power supply shall be ensured by installing DG Set of proper rating and
frequency if required prior to commencement of erection work so that assembly work
is not interrupted in the middle which is critical for GIS installation.

31.5 Working personnel shall clean their shoes or apply covers on shoes before entering
the immediate working area. The working clothes of authorized personnel shall be
made of non fluffy material.

31.6 GIS hall door shall have automatic close facility after entry of personnel to avoid dust
and moisture entry. Walls and ceiling shall be in a condition so that neither dirt nor
plaster might fall or rub off and formation of condensation water in ceiling shall be
prevented under any circumstances.

31.7 Floor in the installation area shall have a firm surface and shall be kept dust free with
a vacuum cleaner. Vacuum cleaning to be done at regular interval throughout the day
with separate team of persons assigned for cleaning work only.

31.8 Only T&P and consumables required for GIS erection shall be kept in GIS during
erection.

31.9 In case of outdoor installation of GIS or of GIS components open gas compartments
shall be protected from dust and moisture ingress (by tarpaulin covers etc)

31.10 Bus duct exit in the GIS hall wall shall be kept covered by suitable means until
permanent cover is provided after installation of bus ducts.

31.11 A separate room shall be identified in consultation with DTL for carrying out repair
works/ small part assembly and the room shall be weather protected and lockable. All
excess material (not required for immediate installation works) test equipment and
tools and tackles to be stored separately from GIS hall in the separate room for
rework.

31.12 All assembly work shall be done by qualified personnel only who are to be identified
and list submitted to DTL site before starting of erection work.

31.13 Erection agency shall submit method statement and make available formats for
checking during each stage of hall preparation, assembly process and final checks to
be approved by DTL site before start of erection. Method statement shall include
record of shock/ impact recorder at the time of unpacking. Shock recorder down
loaded data and analysis shall be submitted before commencement of erection work.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 46 of 54
In case of violation of shock limits, expert form manufacturer shall visit and do the
internal inspection before giving clearance for erection.

31.14 Cleaning is of utmost importance and hence before assembly, all the loose metal parts,
subassemblies and all contact& sealing surfaces shall be cleaned before installation.
Cleaning shall be carried out with specified cleaning agents of the manufacturer in no
condition water is to be used except for external surfaces. Further, prior to opening,
gas compartment shall be thoroughly cleaned and vacuum cleaning of the installation
area shall also be done specially the immediate vicinity of the flanges to be connected.
Dust disturbance in the area to be avoided.

Also, before closing a flange connection clean the immediate vicinity and all
accessible parts of the components shall be connected with a vacuum cleaner

31.15 Once the transport covers are removed installation of flanges shall be done without
any interruptions, if interruptions cannot be avoided open flanges are to be covered
with clean plastic foil. Transport covers, O-rings and other packing material shall be
taken out of GIS immediately after removal.

31.16 O Rings shall be properly stored and taken out only before installation. O Rings are
also to be cleaned before use with manufacturer authorized cleaning agent.

31.17 At all points of time during installation authorized personnel shall use disposable
gloves to avoid contamination.

31.18 Cable termination work shall commence only after completion of GIS equipment as
during GIS installation period laying and termination of cables interferes with the GIS
erection work and affects cleanliness.

31.19 Approved Field Quality Plan shall be followed strictly during site work.

32 ON SITE TESTING

After the switchgear has been completely installed on site and filled with SF6 gas, the
complete assembly shall be subjected to the site tests as per IEC – 62271-203 and
with the test voltages specified below :-

32.1 The adequacy of number of UHF sensors and their location shall be verified as per
recommendations of CIGRE task force TF 15/33.03.05 (Task force on Partial
discharge detection system for GIS: Sensitivity verification for the UHF method
and the acoustic method). In case during site testing additional UHF sensors are
required, the same shall also be supplied and installed to complete the technical
requirement.

32.2 Application of AC voltage equal to 1.2 times the service voltage in order to condition
the GIS whilst at the same time permitting measurement of Partial discharge and
detection of conductive particles by UHF method.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 47 of 54
32.3 In case of a disruptive discharge in the gas as outlined in clause no: C.6.2.2 Procedure
b) , annexure – C of IEC : 62271-203 , and a repeat test is performed due to failure
during the AC voltage test , then the test shall be carried out at 1.2 times the service
voltage .

The analysis of PD measured during High voltage test shall be done very carefully
and presence of PD measured by any sensor shall be attended and HV test shall be
repeated after the rectification work. Calibration of PD sensors shall be completed
before start of HV test to establish reference for detection of PD above 5 pc.

32.4 Method statement/ procedure of onsite high voltage testing and PD measurement shall
be submitted by contractor in advance.

33 TESTING & MAINTENACE EQUIPMENT

All testing & maintenance equipment shall be offered, if specified as per relevant
schedule of BPS.

33.1 SF 6 Gas leakage detector.

The detector shall be portable, battery operated with built in battery charger, hand
held type and having a minimum SF 6 gas leakage sensitivity of 5gm/year. The sensor
shall be connected through a flexible wand for easy accessibility to joints, seals and
couplings in GIS equipment and provided with a protection filter. The equipment shall
have on/off switch & suitable indicating lamps/LEDs, variable pitch audible signal for
leakage indication, and a head phone jack. The equipment shall have automatic
zeroing of background signals suitable for detecting SF 6 gas leakage in charged
switchyard. The test kit shall be compatible for EMI/EMC environment as per IEC
1000.

33.2 Gas filling and evacuating plant :

33.2.1 The plant necessary for filling and evacuating the SF 6 gas in the switchgear shall be
supplied to enable any maintenance work to be carried out. This shall include all the
necessary gas cylinders for temporarily storing the evacuated SF 6 gas. The capacity of
the temporary storage facilities shall at least be sufficient for storing the maximum
quantity of gas that could be removed from at least one phase of one complete bay
(switchgear and associated equipment).

33.2.2 Where any item of the filling and evacuating plant is of such a weight that it cannot
easily be carried by maintenance personnel, it shall be provided with lifting hooks for
lifting and moving with the overhead cranes.

33.2.3 The minimum capacity of evacuation plant will be as under :

Vacuum Pump: 60 M3/Hour (Nominal suction pressure)


Compressor: 15 M3/Hour (Delivery)

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 48 of 54
33.2.4 The evacuation equipment shall be provided with all the necessary pipes, couplings,
flexible tubes and valves for coupling up to the switchgear for filling or evacuating all
the gases.

33.2.5 The gases compartments shall preferably be fitted with permanent non-return valves
through which the gas is pumped into or evacuated from the compartments.

33.2.6 Details of the filling and evacuating plant that will be supplied, as well as the
description of the filling and evacuating procedures shall be furnished

33.3 SF 6 gas analyzer:

The SF 6 gas analyser should be of portable type and instruments shall have following
features:

a. In-built calibration facility.


b. Sensitivity of the equipment shall not be affected by any atmospheric conditions
like dust, humidity, heat, wind etc.
c. Equipment shall work on zero gas loss principle i.e. gas should be pumped back
to the compartment after measurement without any exposure to the atmosphere.
d. Equipment shall be supplied with suitable regulator which can be used to connect
SF 6 cylinder if required.
e. Following acidic/impurities products should be detected as per IEC 60480 and
IEC 60376

i) SF 6 purity – Range: 0-100 % & Accuracy: +/- 0.5 %

ii). Dew point - Range : -60 to +20 deg C & Accuracy: +/- 0.5 deg C

iii). SO 2 - Range : 0-150 ppm & Accuracy : +/- 2 %

iv). CF 4 – Range : 0-60% vol & Accuracy : +/- 1 %

v). HF - Range : 0-200ppm & Accuracy : +/- 5 %

f. Instrument should work on AC source as well as on rechargeable battery


g. Input pressure: up to 10 bar
h. It should be housed in a robust IP67 case with wheels.

33.4 Portable Partial Discharge(PD) monitoring system (Shall generally applicable for
220kV)

33.4.1 The equipment shall be used for detecting different types of defects in Gas Insulated
Stations (GIS) such as Particles, Loose shields and Partial Discharges as well as for
detection of Partial discharges in other types of equipment such as Cable Joints, CTs
and PTs.

33.4.2 It shall be capable for measuring PD in charged GIS environment as EHV which shall
have bandwidth in order of 100 MHz–2GHz with possibility to select a wide range of

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 49 of 54
intermediate bandwidths for best measurement results. The principle of operation
shall be based on UHF principle of detection. The instrument should also be able to
detect partial discharges in cable joints and terminations.

33.4.3 Detection and measurement of PD and bouncing particles shall be displayed on built
in large LCD display and the measurement shall be stored in the instrument and
further downloadable to a PC for further analysis to locate actual source of PD such as
free conducting particles, floating components, voids in spacers, particle on spacer
surfaces etc. Software for display and diagnosis of PD signals and an expert software
system for accurate interpretation of cause of PD shall also be supplied and installed
by the contractor.

33.4.4 The equipment shall meet the following requirements

1. Measurement shall be possible in noisy environment.

2. Stable reading shall be possible in presence of vibrations within complex GIS


assemblies, which can produce signals similar to PD.

3. Equipment should have necessary synchronizing circuits to obtain PD


correlation with power cycle and power frequency.

4. The equipment shall be battery operated with built-in-battery charger. It shall


also be suitable for 230V AC/50 Hz input.

5. Measurement shall be possible in the charged switchyard in the presence of


EMI/EMC. Supplier should have supplied similar detector for GIS application
to other utilities. Performance certificate and the list of users shall be supplied
along with the offer.

6. Instrument shall be supplied with standard accessories i.e., re-locatable sensors


with mounting arrangements, connecting cables (duly screened) to sensors,
Laptop PC, diagnostic and expert interpretation software, carrying case,
rechargeable battery pack with charger suitable for 230V AC, 50Hz supply
connecting cables (duly screened) to view in storage.

7. The function of software shall be covering the following:

a) Data recording, storage and retrieval in computer


b) Data base analysis
c) Template analysis for easy location of fault inside the GIS
d) Evaluation of PD measurement i.e., Amplitude, Phase Synchronization etc.
e) Evaluation of bouncing/loose particles with flight time and estimation on
size of particle.
f) Expert software system for accurate interpretation of cause of PD.
g) Report generation.

8. To prove the suitability in charged switchyard condition, practical


demonstration shall be conducted before acceptance.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 50 of 54
9. Supplier shall have “Adequate after sales service” facility in India.

10. Necessary training may be accorded to personnel to make use of the kit for
locating PD sources inside the GIS

11. Instrument shall be robust and conform to relevant standard.

33.4.5 Calibration: The UHF Couplers have to be first calibrated as per CIGRE procedure
TF 15/330305 as part of factory acceptance tests to guarantee detection sensitivity of
5pC or better. The GIS of same design shall be used as test specimen during the
coupler calibration. The pulse injection level determined through above factory
calibration tests shall only be used as reference for site sensitivity checks during
commissioning of PDM system. The data sheet/frequency response characteristics
shall be submitted for reference.

33.4.6 Pulse generator for UHF sensor sensitivity test shall also be supplied as a standard
accessory.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 51 of 54
TABLE-IA
REQUIREMENTS FOR 245 kV CURRENT TRANSFORMER

No. Core Applicatio Curren Output Accurac Min. Max Max Excitation Rem
of No. n t ratio Burde y Knee pt CT current at Vk arks
cores n Class as Voltage Sec. in mA)
(VA) Per IEC: Vk Wdg
44-1 .Resi
stanc
e
(oh
m)
5 1 BUS 1600- - - 1600/ 8/4 25
DIFF 800/1 800 on1600/1tap.
CHECK 50 on800/1
tap.

2 BUS 1600- - - 1600- 8/4 25


DIFF 800/1 800/1 on1600/1tap.
MAIN 50 on800/1
tap.

3 METE- 1600- 20 0.2S - - -


RING 800/1

4 TRANS. 1600- - - 1600- 8/4 25


BACK 800/1 800/1 on1600/1tap.
UP/ 50 on800/1
LINE tap.
PRTN.

5 TRANS. 1600- - - 1600- 8/4 25


DIFF/ 800/1 800/1 on1600/1tap.
LINE 50 on800/1
PRTN. tap.

NOTE:-
• *220kV C.T. ratio of 1600-800/1-1-1-1-1 A for feeder & Transformer bay &
ratio of 1600-800/1-1-1-1-1A for all bays.
• The Bidder will ensure compatibility of CT and numerical relay in respect of
knee-point voltage as well as operating time of relay to avoid mal-
functioning or damage to the numerical relay.

• All relaying CTs shall be of accuracy class PS as per IS: 2705

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 52 of 54
TABLE-IB
REQUIREMENTS FOR 72.5 kV CURRENT TRANSFORMER

No. Core Application Current Output Accurac Min.Knee Instrum


of no. ratio Burden y pt. ent
Core (VA) Class as Voltage Vk security
s Per IEC: factor
44-1
4 1 METERING * 20 0.2S - Less
than 5

2 Differential * - * Vk>K.I.(Rc
Protection +R)V

3 Back-up * - * Vk>K.I.(Rc
Protection(O/ +R)V
C and E/F)
4 REF * - * Vk>K.I.(Rc
Protection +R)V

* NOTE:-

i) All relaying CTs shall be of accuracy class PS as per IS: 2705

ii) 66kV C.T. of ratio 2000/1-1-1-1 A for incoming from 160 MVA Trf and 2000/1-1-
1 for bus coupler (with core one for metering and core 2 for back-up protection)

iii) 66kV C.T. ratio 1000 /1-1-1 A for Feeder Protection with core 1 for metering, core
2 for Line protection and core 3 for back-up protection with above accuracy class.

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 53 of 54
TABLE-IIA
REQUIREMENT OF 220kV VOLTAGE TRANSFORMERS

S. N PARTICULARS 220kV
1 Rated primary voltage 245/√3 kV
2 Type Electromagnetic
3 No. of secondaries 3
4 Rated voltage factor 1.2 continuous
1.5-30 seconds
5 Phase angle error ±20 minutes
Sec.1 Sec II Sec III
6 Rated voltage (V) 110/√3 110/√3 110/√3
7 Application Protection Protection Metering
8 Accuracy 3P 3P 0.2
9 Output burden (VA) 50 50 50
(minimum)

TABLE-IIB
REQUIREMENT OF 72.5kV VOLTAGE TRANSFORMERS

S. N. PARTICULARS 66 kV

1. Rated primary voltage 72.5/√3 kV


2. Type Electromagnetic
3. No. of secondary 3
4. Rated voltage factor 1.2 continuous
1.5-30 seconds
5. Phase angle error ±20 minutes
Sec I Sec II Sec III
6. Rated voltage (V) 110/√3 110/√3 110/√3
7. Application Metering Protection Protection
8. Accuracy 0.2 3P 3P
9. Output burden (VA) (minimum) 50 50 50

___________________________________________________________________________________________________
T.S.220 kV & 66 kV GIS Rev -01 /2016 Page 54 of 54
SECTION:2B

33 kV SF6 GAS INSULATED METAL ENCLOSED SWITCHGEAR (GIS)

1.0 General Characteristics


The SF6 gas insulated metal enclosed switchgear shall be totally safe against inadvertent touch of
any of its live constituent parts. It should be designed for indoor/outdoor (as specified) application
with meteorological conditions at site as per Section Project. All parts of the switchgear should be
three phase enclosed for 33kV GIS.
The arrangement of gas sections or compartments shall be such as to facilitate future extension of
any make on either end without any drilling, cutting or welding on the existing equipment. To add
equipment, it shall not be necessary to move or dislocate the existing switchgear bays.
The design should be such that all parts subjected to wear and tear are easily accessible for
maintenance purposes. The equipment offered shall be protected against all types of voltage surges
and any equipment necessary to satisfy this requirement shall be deemed to be included. The
required overall parameters of GIS are as follows:-

Sl. Technical Particulars 33 kV System


No.
a) Rated Voltage 36 kV (rms)
b) Rated frequency 50 HZ
c) Grounding Effectively earthed
d) Rated power frequency withstand Voltage (1 70 kV (rms)
min ) line to earth
e) Impulse withstand BIL (1.2/50/mic. Sec) Line ±170 kVp
to earth
f) Rated short time withstand current 31.5 kA (rms) for 1 sec
g) Rated peak withstand current 80 kA (peak)
h) Guaranteed maximum gas losses for complete As per IEC- 62271-200
installation as well as for all individual sections
in %.
i) Seismic level Zone- IV, as per IS-1893,
Year- 2002

The metal-enclosed gas insulated switchgear, including the operating devices, accessories and
auxiliary equipment forming integral part thereof, shall be designed, manufactured, assembled and
tested in accordance with the IEC-62271-200 publications including their parts and supplements
as amended or revised to date.
2.0 Reference Standards

The metal-enclosed gas-insulated switchgear, including the operating devices, accessories and
auxiliary equipment forming integral part thereof, shall be designed, manufactured, assembled and
tested in accordance with the following International Electro-technical Commission (IEC)
Publications including their parts and supplements as amended or revised to date:

IEC 62271-200 Gas Insulated metal-enclosed switchgear for rated voltages above 1 kV
and upto and including 52 kV
IEC 60376 New sulphur hexafluoride
IEC 62271- 100 High voltage alternating current Circuit breakers
IEC 60694 Common clauses for high voltage Switchgear and control-gear standards
IEC 62271-102 Alternating current disconnectors (isolators) and earthing switches.
IEC 60128 Alternating current disconnectors. Bus-transfer current switching by
disconnectors.
IEC 66044-1 Current transformers
______________________________________________________________________________________________________________________
Section - 2 GIS Page 1 of 26
IEC 66044-2 Voltage transformers
IEC 60137 Bushings for alternating voltages above 1000 V
IEC 60859 Cable connections for gas-insulated switchgear
IEC 60480 Guide to checking of sulphur hexafluoride taken from electrical
equipment
IEC 60099-1/4 Non-linear resistor type arresters for AC systems
IEC 60439 Factory-built assemblies of low-voltage switchgear and control gear.
IEC 60427 Report on synthetic testing of high-voltage alternating-current circuit
breaker.
IEEE 80 (2000) IEEE Guide for Safety in AC Substation grounding.
CIGRE-44 Earthing of GIS- an application guide.
(Electra no.151,Dec’93)

The components and devices which are not covered by the above standards shall conform to, and
comply with, the latest applicable standards, rules, codes and regulations of the internationally
recognized standardizing bodies and professional societies as may be approved by the Employer.
The manufacturer shall list all applicable standards, codes etc. and provide copies thereof for
necessary approval.
In case the requirements laid down herein differ from those given in above standard in any aspect
the switchgear shall comply with the requirements indicated herein in regard thereto.

3.0 Definitions
3.1 Assembly
Assembly refers to the entire completed GIS equipment furnished under contract.
3.2 Bay
Bay refers to the area occupied by one Circuit Breaker and associated equipments used to protect
one feeder/line/transformer/bus coupler, capacitor, bus bar section in double sectionalize bus
scheme.
3.3 Compartment
When used in conjunction with GIS equipment, compartment refers to a gas tight volume bounded
by enclosure walls and gas tight isolating barriers.
3.4 Enclosure
When used in conjunction with GIS equipment, enclosure refers to the grounded metal housing or
shell which contains and protects internal Power system equipment (breaker, disconnecting switch,
grounding switch, voltage transformer, current transformer, surge arresters, interconnecting bus
etc.)
3.5 Manual Operations
Manual operation means operation by hand without using any other source of Power.
3.6 Module
When used in conjunction with GIS equipment, module refers to a portion of that equipment. Each
module includes its own enclosure. A module can contain more than one piece of equipment, for
example, a module can contain a disconnecting switch and a grounding switch.
3.7 Reservoir
When used in conjunction with GIS equipment reservoir refers to a larger gastight volume.

4.0 General Design & Safety Requirement


4.01 The GIS assembly shall consist of separate modular compartments e.g. Circuit Breaker
compartment, Bus bar compartment filled with SF6 Gas and separated by gas tight partitions so as
to minimize risk to human life, allow ease of maintenance and limit the effects of gas leaks failures
& internal arcs etc. These compartments shall be such that maintenance on one bus-
bar/compartment may be performed without de-energising the adjacent bus-bar/feeders. These
______________________________________________________________________________________________________________________
Section - 2 GIS Page 2 of 26
compartments shall be designed to minimize the risk of damage to adjacent sections and protection
of personnel in the event of a failure occurring within the compartments. Rupture diaphragms with
suitable deflectors shall be provided to prevent uncontrolled bursting of pressures developing
within the enclosures under worst operating conditions.
4.02 The workmanship shall be of the highest quality and shall conform to the latest modern practices
for the manufacture of high technology machinery and electrical switchgear.
4.03 The switchgear shall be of modular design. The conductors and the live parts shall be mounted on
high graded epoxy resin insulators. These insulators shall be designed to have high structural
strength and electrical dielectric properties and shall be shaped so as to provide uniform field
distribution and to minimize the effects of particle deposition either from migration of foreign
particles within the enclosures or from the by-products of SF6 breakdown under arcing conditions.
4.04 Gas barrier insulators and support insulators shall have the same basis of design. The support
insulators shall have holes on both sides for proper flow of gas.
4.05 Gas barrier insulators shall be provided so as to divide the GIS into separate compartments. They
shall be suitably located in order to minimize disturbance in case of leakage or dismantling. They
shall be designed to withstand any internal fault thereby keeping an internal arc inside the faulty
compartment. Due to safety requirement for working on this pressurized equipment, whenever the
pressure of the adjacent gas compartment is reduced, it should be ensured by the bidder that
adjacent compartment would remain in service with reduced pressure. The gas tight barriers shall
be clearly marked on the outside of the enclosures.
4.06 The material and thickness of the enclosures shall be such as to withstand an internal flash over
without burn through as per IEC. The material shall be such that it has no effect of environment as
well as from the by-products of SF6 breakdown under arcing condition.
4.07 Each section shall have plug- in or easily removable connection pieces to allow for easy
replacement of any component with the minimum of disturbance to the remainder of the
equipment.
4.08 The material used for manufacturing the switchgear equipment shall be of the type, composition and
have physical properties best suited to their particular purposes and in accordance with the latest
engineering practices. All the conductors shall be fabricated of aluminum/ copper tubes of cross
sectional area suitable to meet the normal and short circuit current rating requirements. The finish
of the conductors shall be smooth so as to prevent any electrical discharge. The conductor ends
shall be silver plated and fitted into finger contacts or tulip contacts. The contacts shall be of
sliding type to allow the conductors to expand or contract axially due to temperature variation
without imposing any mechanical stress on supporting insulators.
4.09 Each pressure filled enclosure shall be designed and fabricated to comply with the requirements of
the applicable pressure vessel codes and based on the design temperature and design pressures as
defined in IEC-62271-200.

4.10 The manufacturer shall guarantee that the pressure loss within each individual gas-filled
compartment shall not be more than half percent (0.5%) per year.

4.11 Each gas-filled compartment shall be equipped with desicents/ absorber, density switches, filling
valve and safety diaphragm. The desicents/ absorber shall be capable of absorbing any water
vapour which may penetrate into the enclosures. Each gas compartment shall be fitted with
separate non-return valve connectors for evacuating & filling the gas and checking the gas pressure
etc.

4.12 The switchgear line-up when installed and operating under the ambient conditions shall perform
satisfactorily and safely under all normal and fault conditions. Even repeated operations up to the
permissible servicing intervals under 100% rated and fault conditions shall not diminish the
performance or significantly shorten the useful life of the switchgear. Any fault caused by external
reasons shall be positively confined to the originating compartment and shall not spread to other
parts of the switchgear. The internal components shall be maintenance free for at least 10 years.
Routine replacements of insulating gas shall not be required in intervals of less than ten years.

______________________________________________________________________________________________________________________
Section - 2 GIS Page 3 of 26
4.13 The thermal rating of all current carrying parts shall be minimum for one sec. for the rated
symmetrical short-circuit current.

4.14 The arrangement of the individual switchgear bays shall be such so as to achieve optimum space-
saving, neat and logical arrangement and adequate accessibility to all external components.

4.15 Local Control & Substation Automation System:-

Separate control cubicle including gas monitoring kiosk shall be provided for each bay which shall
be installed near the switchgear for local control & monitoring of respective switchgear bay.

Local control cubicle for GIS shall be equipped with suitable hardware & software for remote
control operation and confirm to the bay level controller as detailed in Section: Substation
Automation System.

BCU/BPU can also be used as Local Control Cubicle (LCC) depending upon the design of the
offered equipment, as such separate LCC need not be provided.

Relay & Protection panels room shall house these equipments and shall be located adjacent to GIS
room. It shall be air- conditioned through split air conditioners. The capacity and quantity of air
conditioners shall be finalized during detailed engineering.

4.16 All the elements shall be accessible without removing support structures for routine inspections
and possible repairs. The removal of individual enclosure parts, or entire breaker bays shall be
possible without disturbing the enclosures of neighboring bays.

4.17 It should be impossible to unwillingly touch live parts of the switchgear or to perform operations
that lead to arcing faults without the use of tools or brute force.

4.18 In case of any repair or maintenance on one busbar disconnectors, the other busbar/ other
equipments should be live and in service.

4.19 All interlocks that prevent potentially dangerous mal-operations shall be constructed such that they
can not be operated easily, i.e. the operator must use tools or brute force to over-ride them.

4.20 In general the contours of energized metal parts of the GIS and any other accessory shall be such,
so as to eliminate areas or points of high electrostatic flux concentrations.

4.21 The enclosure shall be of continuous design and shall meet the requirement as specified in clause
no. 10 (special considerations for GIS) of IEEE- 80, Year- 2000.
The enclosure shall be sized for carrying induced current equal to the rated current of the Bus. The
conductor and the enclosure shall form the concentric pair with effective shielding of the field
internal to the enclosure.

4.22 The fabricated metal enclosures shall be of Aluminium alloy having high resistance to corrosion,
low electrical loses and negligible magnetic losses. All joint surfaces shall be machined and all
castings shall be spot faced for all bolt heads or nuts and washers. All screws, bolts, studs and nuts
shall conform to metric system. The other type of non-magnetic enclosures may be considered.

4.23 The breaker enclosure shall have provision for easy withdrawal of the interrupter assemblies. The
removed interrupter assembly must be easily and safely accessible for inspection and possible
repairs.

4.24 The enclosure shall be designed to practically eliminate the external electromagnetic field and
thereby electrodynamic stresses even under short circuit conditions.

4.25 The elbows, bends, cross and T-sections of interconnections shall include the insulators bearing
the conductor when the direction changes take place in order to ensure that live parts remain
perfectly centered and the electrical field is not increased at such points.
______________________________________________________________________________________________________________________
Section - 2 GIS Page 4 of 26
4.26 The Average Intensity of electromagnetic field shall not be more than 500 micro Tesla. The
contractor shall furnish all calculations and documents in support of the above during detailed
engineering.

4.27 The Bidder shall furnish the following information regarding the loosely distributed metallic
particles within the GIS encapsulation.

a) Calculations of critical field strength for specific particles of defined mass and geometry.
b) The methodology and all the equipment for electrical partial discharge (PD) detection and/or
acoustic detection methods, including that mentioned in the specification else-where.

4.28 The switchgear shall have provision for connection with ground mat risers. This provision shall
consist of grounding pads to be connected to the ground mat riser in the vicinity of the equipment.

4.29 The ladders and walkways shall be provided wherever necessary for access to the equipment. A
portable ladder with adjustable height may also be supplied to access to the equipment.

4.30 Wherever required, the heaters shall be provided for the equipment in order to ensure the proper
functioning of the switchgear at specified ambient temperatures. The heaters shall be rated for
230V AC supply and shall be complete with thermostat, control switches and fuses, connected as a
balanced 3-phase 4-wire load. The possibility of using heaters without thermostats in order to
achieve the higher reliability may be examined by the bidder and accordingly included in the offer
but it shall be ensured by the bidder that the temperature rise of different enclosures where heating
is provided should be within safe limits as per relevant standards. One copy of the relevant extract
of standard to which the above arrangement confirms along with cost reduction in offer, if any,
shall also be furnished along with the offer. The heaters shall be so arranged and protected as to
create no hazard to adjacent equipment from the heat produced.

4.31 The enclosure & support structure shall be designed that a mechanic 1780 mm in height and 80Kg
in weight is able to climb on the equipment for maintenance.

4.32 The sealing provided between flanges of two modules / enclosures shall be such that long term
tightness is achieved.

4.33 Alarm circuit shall not respond to faults for momentary conditions. The following indications
including those required elsewhere in the specifications shall be generally provided in the alarm
and indication circuits.

4.33.1 Gas Insulating System:

a) Loss of Gas Density.


b) Loss of Heater power(if required)
c) Any other alarm necessary to indicate deterioration of the gas insulating system.

4.33.2 Operating System:

a) Low operating pressure


b) Loss of Heater power
c) Loss of operating power
d) Loss of control
e) Pole Disordance

4.34 The equipment will be operated under the following ambient conditions:

a) The ambient temperature varies between 0 degree-C and 50 degree-C. The humidity will be
about 95% (indoors)
b) The elevation is less than 1000 meters.

______________________________________________________________________________________________________________________
Section - 2 GIS Page 5 of 26
4.35 Temperature rise of current carrying parts shall be limited to the values stipulated in IEC-694,
under rated current and the climatic conditions at site. The temperature rise for accessible enclosure
shall not exceed 20 degree C above the ambient temperature of 50 degree C. In the case of
enclosures, which are accessible but need not be touched during normal operation, the temperature
rise limit may be permitted upto 30 degree C above the ambient of 50 degree C.

4.36 In case of any internal arc fault regardless whether it occurs in a bus bar section, a bus bar isolator
or the circuit breaker, repair works should be possible without shutting down the substation; at
least one busbar and the undisturbed feeder should remain in operation. It should be possible to
remove and replace a fully assembled circuit breaker without interfering the operation of the
adjacent feeder. All circuit breakers of same rating should be interchangeable.

4.37 The GIS equipments shall be arranged in such a manner that in case of maintenance work on any
of the equipment, at least one bus bar should be available for operation.

4.38 The inter bay width shall be sufficient to allow access to all drive mechanisms and other
termination boxes without the need of dismantling other apparatuses.

These conditions shall be taken into account by the supplier in the design of the equipment.

4.0 A Special Design Requirements for 33kV GIS:


The 33kV GIS should consist of the following constructional feature as brought out (i), (ii) besides
others features mentioned above.
i) The 33kV GIS shall be SF6 metal enclosed with compartments suitable for indoor/outdoor
installation. The switchboard structure must be made of standardized cubicles placed side by
side, each consisting of modular buildup and standardized elements. Cubicles must be
completely segregated one from other, containing the power parts of the cubicles.
ii) Bus bar system must be three phase, sized to support short circuit current of 31.5 kA for 1
second.

5.0 Bellows or Compensating Units:-


Adequate provision shall be made to allow for the thermal expansion of the conductors and of
differential thermal expansion between the conductors and the enclosures. The bellows shall be
metallic (preferably of stainless steel) of following types or other suitable equivalent arrangement
shall be provided wherever necessary.
1) Lateral / Vertical mounting units: These shall be inserted, as required, between sections of
busbars, on transformer and XLPE cable etc. Lateral mounting shall be made possible by a
sliding section of enclosure and tubular conductors.
2) Axial compensators : These shall be provided to accommodate changes in length of busbars
due to temperature variations.
3) Parallel compensators: These shall be provided to accommodate large linear expansions and
angle tolerances.
4) Tolerance compensators: These shall be provided for taking up manufacturing, site assembly
and foundation tolerances.
5) Vibration compensators: These bellow compensators shall be provided for absorbing
vibrations caused by the transformers when connected to SF6 switchgear by oil- SF6
bushings.

6.0 Indication and Verification of Switch Positions


Indicators shall be provided on all circuit breakers, isolators and earth-switches, which shall
clearly show whether the switches are open or closed. The indicators shall be mechanically

______________________________________________________________________________________________________________________
Section - 2 GIS Page 6 of 26
coupled directly to the main contact operating drive rod or linkages and shall be mounted in a
position where they are clearly visible through glass windows.

7.0 Pressure Relief Devices


Pressure relief devices shall be provided in the gas sections to protect the main gas enclosures from
damage or distortion during the occurrence of abnormal pressure increase or shock waves
generated by internal electrical fault arcs (preferably in downward direction).
Pressure relief shall be achieved either by means of diaphragms or plugs venting directly into the
atmosphere in a controlled direction.
If the pressure relief devices vent directly into the atmosphere, suitable guards and deflectors shall
be provided. Contractor shall submit to the Employer the detailed criteria design regarding location
of pressure relief devices/rupture diaphragms.

8.0 Pressure Vessel Requirements


The enclosure shall be designed for the mechanical and thermal loads to which it is subjected in
service. The enclosure shall be manufactured and tested according to the pressure vessel code
(ASME/CENELEC code for pressure Vessel.)
Each enclosure has to be tested as a routine test at 1.5 time the design pressure for one minute. The
bursting strength of Aluminium castings has to be at least 5 times the design pressure. A bursting
pressure test shall be carried out at 5 times the design pressure as a type test on each type of
enclosure.
9.0 Grounding
The grounding system shall be designed and provided as per IEEE-80-2000 and CIGRE-44 to
protect operating staff against any hazardous touch voltages and electro-magnetic interferences.
As the area involved is small, contractor has to take special measures for the same.
The GIS supplier shall define clearly what constitutes the main grounding bus of the GIS. The GIS
supplier must supply the entire material for grounding bus of GIS viz. conductor, clamps, joints,
operating and safety platforms etc. The GIS supplier is also required to supply all the earthing
conductors and associated hardware material for the following:
1) Connecting all GIS equipment, enclosures, control cabinets, supporting structure etc. to the
ground bus of GIS.
2) Grounding of other outdoor switchyard equipments/ structures etc.

The enclosure of the GIS may be grounded at several points so that there shall be grounded cage
around all the live parts. A minimum of two nos. of grounding connections should be provided for
each of circuit breaker, transformer terminals, cable terminals, surge arrestors, earth switches and
at each end of the bus bars. Subassembly to subassembly bonding shall be provided to provide gap
& safe voltage gradients between all intentionally grounded parts of the GIS assembly & between
those parts and the main grounding bus of the GIS.
Each marshalling box, local control panel, power and control cable sheaths and other non current
carrying metallic structures shall be connected to the grounding system of GIS via connections that
are separated from GIS enclosures.
The grounding connector shall be of sufficient mechanical strength to withstand electromagnetic
forces as well as capable of carrying the anticipated maximum fault current without overheating.
At least two grounding paths shall be provided to connect each point to the main grounding bus.
Necessary precautions should be under taken to prevent excessive currents from being induced
into adjacent frames, structures of reinforcing steel and to avoid establishment of current loops via
other station equipment.
All flexible bonding leads shall be tinned copper. All connectors, for attaching flexible bonding
leads to grounding conductors and grounding conductors to support structures shall be tinned
bronze with stainless steel or tinned bronze hardware.
______________________________________________________________________________________________________________________
Section - 2 GIS Page 7 of 26
The contractor shall provide suitable measure to mitigate transient enclosure voltage caused by
high frequency currents caused by lightning strikes, operation of surge arrestor, ph./ earth fault and
discharges between contacts during switching operation. The grounding system shall ensure safe
touch & step voltages in all the enclosures. The contractor shall provide suitable barrier of non-
linear resistor/ counter discontinued SF6/ Air termination, SF6/ Transformer termination, SF6/ HV
cable bushing etc. to mitigate transient enclosure voltage.
The bidders shall provide lightening mast/GS shield wire at suitable place for protection of 33KV
GIS, GIS cum control room building etc. The bidder shall submit detailed proposal for grounding
system of whole 33 kVGIS including indoor and outdoor equipments with Earth mat using 40mm.
dia MS rod for approval of purchaser. The riser shall be GS flat of size 75X12mm for outdoor
equipments and 50X6mm for indoor.
The bidder shall submit detailed proposal for grounding system for approval of purchaser. Any
provision to be made in the building design to take care of earthing requirement shall also be
clearly spelt-out.

10 Circuit Breakers
General
Vacuum circuit breakers or SF6 circuit breakers shall comply with the latest revisions of IEC-
62271-100 & relevant IEC except to the extent explicitly modified in the specification and shall
meet with requirements specified.
Circuit breakers shall be equipped with the operating mechanism. Complete circuit breaker with all
necessary items for successful operation shall be supplied. The circuit breakers shall be designed
for high speed three phase reclosing with an operating sequence and timing as specified.

10.1 Duty Requirements


Circuit breaker shall be C 2 - M 2 -E 2 class as per IEC 62271-100.
Circuit breaker shall meet the duty requirements for any type of fault or fault location and perform
make and break operations as per the stipulated duty cycles satisfactorily.

10.2 The circuit breaker shall be capable of:


i) Interrupting the steady and transient magnetizing current corresponding to 220/33 kV class
transformers of 100 MVA & 50MVA ratings on 33 kV side.
ii) Interrupting line/cable charging current as per IEC without re-strikes and without use of
opening resistors.
iii) Clearing short line fault (Kilometric faults) with source impedance behind the bus equivalent
to symmetrical fault current specified.
iv) Breaking 25% the rated fault current at twice the rated voltage under phase opposition
condition.
v) Interrupting capacitor bank if applicable.
The breaker shall satisfactorily withstand the high stresses imposed on them during fault
clearing, load rejection and re-energisation of capacitor bank & lines with trapped charges.

10.3 Total Break Time


The total break time shall not be exceeded under any of the following duties:
i) Test duties T10, T30, T60, T100 (with TRV as per IEC- 62271-100)
ii) Short line fault L90, L75 (with TRV as per IEC-62271-100 )
The Bidder may please note that total break time of the breaker shall not be exceeded under any
duty conditions specified such as with the combined variation of the trip coil voltage (70-110%)
and SF6 gas pressure etc. While furnishing the proof for the total break time of complete circuit

______________________________________________________________________________________________________________________
Section - 2 GIS Page 8 of 26
breaker, the bidder may specifically bring out the effect of non simultaneity between poles and
show how it is covered in the total break time.
The values guaranteed shall be supported with the type test reports.

10.4 Constructional Features


The features and constructional details of breakers shall be in accordance with requirements stated
hereunder:
10.4.1 Contacts
All making and breaking contacts' shall be sealed and free from atmospheric effects. Contacts shall
be designed to have adequate thermal and current carrying capacity for the duty specified and to
have a life expectancy so that frequent replacement due to excessive burning will not be necessary.
Provision shall be made for rapid dissipation of heat generated by the arc on opening.
10.4.2 Any device provided for voltage grading to damp oscillations or, to prevent re-strike prior to the
complete interruption of the circuit or to limit over voltage on closing, shall have a life expectancy
comparable of that of the breaker as a whole.
10.4.3 Breakers shall be so designed that when operated within their specified rating, the temperature of
each part will be limited to values consistent with a long life for the material used. The temperature
rise shall not exceed that indicated in IEC-62271-100 under specified ambient conditions.
10.4.4 Provisions shall be made for attaching an operational analyzer to record travel, speed and making
measurement of operating timings etc. after installation at site.

10.5 Operating Mechanism


10.5.1 General Requirements:
a) Circuit breaker shall be operated by spring charged mechanism. The mechanism shall be
housed in a dust proof cabinet and shall have IP: 42 degree of protection.
b) The operating mechanism shall be suitable for high speed reclosing and other duties
specified. During reclosing the breaker contacts shall close fully and then open. The
mechanism shall be anti-pumping and trip free (as per IEC definition) under every method of
closing.
c) The mechanism shall be such that the failure of any auxiliary spring will not prevent tripping
and will not cause trip or closing operation of the power operating devices.
d) A mechanical indicator shall be provided to show open and close position of the breaker. It
shall be located in a position where it will be visible to a man standing on the ground level
with the mechanism housing closed. An operation counter shall also be provided in the
central control cabinet.
e) Working parts of the mechanism shall be of corrosion resisting material, bearings which
require grease shall be equipped with pressure type grease fittings. Bearing pin, bolts, nuts
and other parts shall be adequately pinned or locked to prevent loosening or changing
adjustment with repeated operation of the breaker.
f) The bidder shall furnish detailed operation and maintenance manual of the mechanism
alongwith the operation manual for the circuit breaker.

10.5.2 Control
a) The close and trip circuits shall be designed to permit use of momentary-contact switches
and push buttons.
b) The breaker shall normally be operated by remote electrical control. Electrical tripping shall
be performed by shunt trip coils. However, provisions shall be made for local electrical
control. For this purpose a local/remote selector switch and close and trip control
switch/push buttons shall be provided in the breaker central control cabinet.

______________________________________________________________________________________________________________________
Section - 2 GIS Page 9 of 26
c) The trip coil shall be suitable for trip circuit supervision during both open and close position
of breaker.
d) Closing coil and associated circuits shall operate correctly at all values of voltage between
85% and 110% of the rated voltage. Shunt trip and associated circuits shall operate correctly
under all operating conditions of the circuit breaker upto the rated breaking capacity of the
circuit breaker and at all values of supply voltage between 70% and 110% of rated voltage.
If additional elements are introduced in the trip coil circuit their successful operation and
reliability for similar applications on circuit breakers shall be clearly brought out in the
additional information schedules. In the absence of adequate details the offer is likely to be
rejected.
e) Densimeter contacts and pressure switch contacts shall be suitable for direct use as
permissive in closing and tripping circuits. Separate contacts have to be used for each of
tripping and closing circuits. If contacts are not suitably rated and multiplying relays are
used then fail safe logic/schemes are to be employed. DC supplies for all auxiliary circuit
shall be monitored and for remote annunciations and operation lockout in case of dc failures.
f) The auxiliary switch of the breaker shall be positively driven by the breaker operating rod.

10.5.3 Spring Operated Mechanism


a) Spring operated mechanism shall be complete with motor in accordance with Section GTR.
Opening spring and closing spring with limit switch for automatic charging and other
necessary accessories to make the mechanism a complete operating unit shall also be
provided.
b) As long as power is available to the motor, a continuous sequence of the closing and opening
operations shall be possible. The motor shall have adequate thermal rating for this duty.
c) After failure of power supply to the motor one close open operation shall be possible with
the energy contained in the operating mechanism.
d) Breaker operation shall be independent of the motor which shall be used solely for
compressing the closing spring. Facility for manual charging of the closing spring shall also
be provided. The motor rating shall be such that it required preferably not more than 60
seconds for full charging of the closing spring.
e) Closing action of circuit breaker shall compress the opening spring ready for tripping.
f) When closing springs are discharged after closing a breaker, closing springs shall
automatically be charged for the next operation and an indication of this shall be provided in
the local and remote control cabinet.
g) Provisions shall be made to prevent a closing operation of the breaker when the spring is in
the partial charged condition.
h) Mechanical interlocks shall be provided in the operating mechanism to prevent discharging
of closing springs when the breaker is in the closed position.
The spring operating mechanism shall have adequate energy stored in the operating spring to
close and latch the circuit breaker against the rated making current and also to provide the
required energy for the tripping mechanism in case the tripping energy is derived from the
operating mechanism.

10.6 Additional Data To Be Furnished Alongwith The Offer:


a) Drawing showing contacts in close, arc initiation, full arcing, arc extinction and open
position.
b) Data on capabilities of circuit breakers in terms of time and number of operations at duties
ranging from 100 fault currents to load currents of the lowest possible value without
requiring any maintenance or checks.
c) Curves supported by test data indicating the opening time under close open operation with
variation of trip coil voltage.

______________________________________________________________________________________________________________________
Section - 2 GIS Page 10 of 26
10.7 Tests
10.7.1 In accordance with the requirements stipulated under Section GTR the circuit breaker along with
its operating mechanism shall conform to the type tests as per IEC-62271-100.

10.7.2 Routine Tests


Routine tests as per IEC: 62271-100 shall be performed on all circuit breakers.
In addition to the mechanical and electrical tests specified by IEC, the following shall also be
performed.

Speed curves for each breaker shall be obtained with the help of a suitable operation analyzer to
determine the breaker contact movement during opening, closing, auto-reclosing (if applicable) and
trip free operation under normal as well as limiting operating conditions (control voltage etc.). The
tests shall show the speed of contacts directly at various stages of operation, travel of contacts,
opening time, closing time, shortest time between separation and meeting of contacts at break make
operation etc. This test shall also be performed at site.

The test for getting signature of the dynamic contact resistance measurement shall also be carried
out at factory. The test result shall be treated as reference signature for condition monitoring in
future.

10.7.3 Technical Parameters - Circuit Breaker

Sl. Technical particulars 33 kV System

a) Rated voltage kV (rms) 36


b) Rated frequency (Hz) 50
c) No. of poles 3
d) Type of circuit breaker Vacuum or SF6
e) Rated continuous current (A) 2500/1250
at an ambient temperature of - 2500 for bus coupler and
400C incomer bay.
- 1250 for outgoing bays.
f) Rated short circuit capacity 31.5 kA with percentage of DC
component as per IEC- 62271-
100 corresponding to minimum
opening conditions as specified.
g) Symmetrical interrupting 31.5
capability kA (rms)
h) Rated short circuit making 80
current kAp
i) Short time current carrying 31.5
capability for one second kA
(rms)
j) Rated line charging As per IEC
interrupting current at 90 deg.
Leading power factor angle
(A rms)
(The breaker shall be able to
interrupt the rated line
charging current with test

______________________________________________________________________________________________________________________
Section - 2 GIS Page 11 of 26
voltage immediately before
opening equal to the product
of U/√3 and 1.4 as per IEC-
62271-100)
k) First pole to clear factor 1.5
l) Rated break time as IEC (ms)
Total break time (ms) Not more than 100
m) Total closing time (ms) Not more than 200
n) Rated operating duty cycle O-0.3s-CO-3 min-CO
o) Rated insulation levels
i) Full wave impulse with stand
voltage (1.2x50 micro sec.)
- between line terminals and ±170 kVp
ground
- between terminals with ±195 kVp
circuit breaker open
ii) One minute power frequency
withstand voltage
- between line terminals and As per IEC
ground

- between terminals with As per IEC


circuit breaker open

p) Max. radio interference


voltage for frequency ___
between 0.5 MHz and 2 MHz
at 156 kV (Micro volts)

q) Max. difference in the As per IEC


instants of closing/opening of
contacts (ms) between poles

r) Trip coil and closing coil 220V DC with variation as


voltage specified

s) Auxiliary Contacts Auxiliary Each circuit breaker pole shall be


switch shall also comply with provided with an auxiliary switch
requirements as given. with 20% of spare - NO and 20%
Independent single pole spare NC contact for use in
reversible contacts (from NO future.
to NC & vice versa)

i) Rating of Auxiliary contacts 10A at 220V DC

ii) Breaking capacity of Aux. 2A DC with the circuit time


Contacts. constant of not less than 20 ms.

t) System neutral earthing Effectively earthed.

______________________________________________________________________________________________________________________
Section - 2 GIS Page 12 of 26
11.0 Disconnectors (Isolators)
11.1 General
Disconnectors shall be of the three-pole, group operated type, installed in the switchgear to provide
electrical isolation of the circuit breakers, the transformers, double bus, capacitor bank and
transmission lines/cables. The disconnectors shall conform to IEC- 62271-102 and shall have the
following ratings as specified.
Technical Parameter
S.N Particulars 33 kV
o
a) Rated voltage (rms) Un 36 kV
b) Rated frequency 50 HZ
c) System earthing Effectively earthed
d) Type SF6 insulated
e) Rated continuous current (A) at 1250/2500
400C ambient temp. - 1250 for outgoing bays.
- 2500 for bus coupler and
incomer bays.

f) Rated short time withstand 31.5 kA for 1 Sec


current of isolator and earth
switch
g) Rated dynamic short circuit 80 kAp
withstand current withstand
current of isolator and earth
switch
h) Rated insulation level:
One minute power freq.
Withstand voltage:
To earth : As per IEC
Across isolating distance As per IEC
h) Rated insulation levels; 1.2/50
micro sec. Lighting impulse
withstand voltage (+ve or –ve
polarity)
To earth: +170 kVp
Across Isolating distance ±195 kVp
i) Rated mechanical terminal load As per IEC
j) No. of spare auxiliary contacts 6 NO and 6 NC
on each isolator
k) No. of spare auxiliary contacts 6 NO and 6 NC
on each earthing switch
l) Max. radio interference voltage -
for frequency between 0.5MHz
and 2MHz at 156 kV (Micro
volts)

11.2 Construction & Design


11.2.1 The three pole group operated disconnectors shall be operated by electric motor suitable for use on
220V DC system and shall be equipped with a manual operating mechanism for emergency use.
The motor shall be protected against over current and short circuit.
11.2.2 Disconnectors shall be designed as per relevant IEC. These shall be suitable to make and break the
charging currents during their opening and closing. They shall also be able to make and break loop
current which appears during transfer between bus bars. The contact shielding shall also be

______________________________________________________________________________________________________________________
Section - 2 GIS Page 13 of 26
designed to prevent re-strikes and high local stresses caused by transient recovery voltages when
these currents are interrupted.

11.2.3 The disconnecting switches shall be arranged in such a way that all the three phases operate
simultaneously. All the parts of the operating mechanism shall be able to withstand starting torque
of the motor mechanism without damage until the motor overload protection operates.

11.2.4 It shall be possible to operate the disconnecting switches manually by cranks or hand wheels. The
contacts shall be both mechanically and electrically disconnected during the manual operation.

11.2.5 The operating mechanisms shall be complete with all necessary linkages, clamps, couplings,
operating rods, support brackets and grounding devices. All the bearings shall be permanently
lubricated or shall be of such a type that no lubrication or maintenance is required.

11.2.6 The opening and closing of the disconnectors shall be achieved by either local or remote control.
The local operation shall be by means of a two-position control switch located in the bay module
control cabinet.

11.2.7 Remote control of the disconnectors from the control room shall be made by means of remote/
local transfer switch.

11.2.8 The disconnector operations shall be inter-locked electrically with the associated circuit breakers
in such a way that the disconnector control is inoperative if the circuit breaker is closed.

11.2.9 Each disconnector shall be supplied with auxiliary switch having six normally open and six
normally closed contacts for future use over and above those required for switchgear interlocking
and automation purposes. The auxiliary switch contacts are to be continuously adjustable such
that, when required, they can be adjusted to make contact before the main switch contacts.

11.2.10 The signaling of the closed position of the disconnector shall not take place unless it is certain that
the movable contacts will reach a position in which the rated normal current, peak withstand
current and short-time withstand current can be carried safely.

11.2.11 The signaling of the open position of the disconnector shall not take place unless the movable
contacts have reached such a position that the clearance between the contacts is at least 80 percent
of the rated isolating distance.

11.2.12 All auxiliary switches and auxiliary circuits shall be capable of carrying a current of at least 10 A
DC continuously.

11.2.13 The auxiliary switches shall be capable of breaking at least 2A in a 220V DC circuit with a time
constant of not less than 20 milliseconds.

11.2.14 The disconnectors and safety grounding switches shall have a mechanical key (pad locking key)
and electrical inter-locks to prevent closing of the grounding switches when isolator switches are
in the closed position and to prevent closing of the disconnectors when the grounding switch is in
the closed position.

11.2.15 The local control of the Isolator and high-speed grounding switches from the bay module control
panel should be achieved from the individual control switches with the remote/local transfer
switch set to local.

11.2.16 All electrical sequence interlocks will apply in both remote and local control modes.

11.2.17 Each disconnector shall have a clearly identifiable local, positively driven mechanical position
indicator, together with position indicator on the bay module control cabinet and provisions for
taking the signals to the control room. The details of the inscriptions and colouring for the
indicator are given as under :

______________________________________________________________________________________________________________________
Section - 2 GIS Page 14 of 26
SIGN COLOUR
Open position Open Green
Closed position Closed Red

11.2.18 All the disconnecting switches shall have arrangement allowing easy visual inspection of the travel
of the switch contacts in both open and close positions, from the outside of the enclosure.

11.2.19 The disconnecting switches shall be provided with rating plates and shall be accessible for
inspection.

11.2.20 The disconnecting switches shall be capable of being padlocked in both the open and closed
positions with the operating motor automatically disengaged. The padlocking device shall be
suitable for a standard size lock with a 10 mm shank. The padlock must be visible and directly
lock the final output shaft of the operating mechanism. Integrally mounted lock when provided
shall be equipped with a unique key for such three phase group. Master key is not permitted.

12.0 Safety Grounding Switches

12.1 Three-pole, group operated, safety grounding switches shall be operated by electric motor for use
on 220V DC ungrounded system and shall be equipped with a manual operating mechanism for
emergency use. The motor shall be protected against over-current and short circuit.

12.2 Each safety grounding switch shall be electrically interlocked with its associated disconnector and
circuit breaker such that it can only be closed if both the current breaker and disconnector are in
open position. Safety grounding switch shall also be mechanically key interlocked with its
associated disconnector.

12.3 Each safety grounding switch shall have clearly identifiable local positive driven mechanical
indicator together with position indicator on the bay module control cabinet and provision for
taking the signal to Control room.

12.4 The details of the inscription and colouring for the indicator are given as under

SIGN COLOUR
Open position Open Green
Closed position Closed Red

12.5 Interlocks shall be provided so that manual operation of the switches or insertion of the manual
operating device will disable the electrical control circuits.

12.6 Each ground switch shall be fitted with auxiliary switches having six normally open and six
normally closed contacts for use by others over and above those required for local interlocking and
position indication purposes.

12.7 Provision shall be made for padlocking the ground switches in either the open or closed position.

12.8 All portions of the grounding switch and operating mechanism required for grounding shall be
connected together utilizing flexible copper conductors having a minimum cross-sectional area of
50 sq. mm.

12.9 The main grounding connections on each grounding switch shall be rated to carry the full short
circuit rating of the switch for 1 sec. and shall be equipped with a silver- plated terminal connector
suitable for steel strap of adequate rating for connection to the grounding grid.

12.10 The safety grounding switches shall conform to the requirements of IEC- 62271- 102

12.11 Mechanical position indication shall be provided locally at each switch and remotely at each bay
module control cabinet/ substation automation system.
______________________________________________________________________________________________________________________
Section - 2 GIS Page 15 of 26
12.12 The rated Induced Current and Voltage for earth switches for both electrostatic and
electromagnetic coupling shall be as per IEC 62271-102.

13.0 High Speed Make Proof Grounding Switches/ Three Position Switches

13.1 Grounding switches located at the beginning of the feeder bay modules shall be of the high speed,
make proof type and will be used to discharge the respective charging currents, in addition to their
safety grounding function. These grounding switches shall be capable of interrupting the inductive
currents and to withstand the associated TRV.

13.2 Single phase switches shall be provided with operating mechanism suitable for operation from a
220V DC.

13.3 The switches shall be fitted with a stored energy closing system to provide fault making capacity.

13.4 The short circuit making current rating of each ground switch shall be at least equal to its peak
withstand current rating. The switches shall have inductive/ capacitive current switching capacity
as per IEC-62271-102.

13.5 Each high speed make proof grounding switch shall have clearly identifiable local positive driven
mechanical indicator together with position indicator on the bay module control cabinet and
provision for taking the signal Control Room.

13.6 The details of the inscription and colouring for the indicator shall be as under:-
SIGN COLOUR
OPEN POSITION Open Green
CLOSED POSITION Closed Red

13.7 High speed ground switch operation should be possible locally from the bay module control
cabinet, or remotely from the control room in conjunction with opening of the associated
disconnector.

13.8 These high speed grounding switches shall be electrically interlocked with their associated circuit
breakers and disconnectors so that the grounding switches can not be closed if the circuit breakers
and disconnectors are closed.

13.9 Interlocks shall be provided so that the insertion of the manual operating devices will disable the
electrical control circuits.

13.10 Each high speed ground switch shall be fitted with auxiliary switches having six NO & six NC
auxiliary contacts for use by others, over and above these required for local interlocking and
position indication. All contacts shall be wired to terminal blocks in the local bay control cabinet.
Provision shall be made for padlocking the ground switches in their open or closed position.

13.11 All portion of the grounding switches and operating mechanism required for connection to ground
shall be connected together utilizing copper conductor having minimum cross-sectional area of 50
sq. mm.

13.12 The main grounding connection on each grounding switch shall be rated to carry the short time
withstand current rating of the switch for 1 sec. and shall be equipped with a silver plated terminal
connector suitable for steel strap of adequate design for connection to the grounding grid.

13.13 The high speed make proof grounding switches shall confirm to the requirements of IEC-62271-
102.

13.14 The rated Induced Current and Voltage for earth switches for both electrostatic and
electromagnetic coupling shall be as per IEC 62271-102.
______________________________________________________________________________________________________________________
Section - 2 GIS Page 16 of 26
OR
Three Position Switches – Three position switches which have disconnector & earth switch may
be used as an alternative to the fault making earthing switches; circuit breakers may be used for the
earthing. In such case adequate interlocking facilities shall be provided, subject to approval of
DTL. The earth switches and disconnector shall employ motor operation mechanism. In addition,
emergency hand operation shall be provided.

14.0 Instrument Transformers


14.1 Current Transformers
A) General:
i) The current transformers and accessories shall conform to IEC: 60044-1 and other
relevant standards except to the extent explicitly modified in the specification.
ii) The particulars of the various cores may change within reasonable limits as per the
requirements of protection relay supplier. The manufacturer is required to have these
values confirmed from the purchaser before proceeding with design of the cores. The
other characteristics of CTs shall be as given in TECHNICAL PARAMETER of
Current Transformer.
B) Ratios and Characteristics
The number, rating, ratios, accuracy class, etc. for the individual current transformers
secondary cores shall be in accordance with Table-IA.
Where multi-ratio current transformers are required the various ratios shall be obtained by
changing the effective number of turns on the secondary winding.
C) Rating and Diagram Plates
Rating and diagram plates shall be as specified in the IEC specification incorporating the
year of manufacture. The rated extended current rating voltage and rated thermal current
shall also be marked on the name plate.
The diagram plates shall show the terminal markings and the relative physical arrangement
of the current transformer cores with respect to the primary terminals (P1 & P2).
The position of each primary terminal in the current transformer section shall be clearly
marked by two plates fixed to the enclosure at each end of the current transformer.
D) Constructional Details:
a) The current transformers incorporated into the GIS will be used for protective
relaying and metering. The secondary windings shall be air insulated/Gas insulated
with terminals brought out for secondary connection. All the current transformers
shall have effective electromagnetic shields to protect against high frequency
transients.
b) Each current transformer shall be equipped with a marshalling box with terminals
for the secondary circuits, which are connected to the local control cubicle. The star/
delta configuration and the inter connection to the line protection panels will be
done at the CT terminal block located in the local control cubicle.
c) Current transformers guaranteed burdens and accuracy class are to be intended as
simultaneous for all cores.
c) The rated extended primary current shall be 150% at all ratios.
e) The instrument security factor at all ratios shall be less than five (5) for metering
core. ISF shall be verified without use of any auxiliary reactor.
f) The wiring diagram, for the interconnections of the three single phase CTs shall be
provided inside the marshalling box.
g) The current transformers shall be suitable for high speed auto-reclosing.
h) Provisions shall be made for primary injection testing either within CT or outside.
______________________________________________________________________________________________________________________
Section - 2 GIS Page 17 of 26
i) Electromagnetic shields to be provided against high frequency transients typically 1-
30 MHz.
j) The bidder will take care for the compatibility of the CT vis-à-vis burden of relay
and connecting leads, however for calculation purpose fault current may be taken as
31.5 kA for 33kV and secondary current may be calculated accordingly.
k) The output burden of cores shall be as table IA. However, burden of each core shall
be finalized during detailed engineering.

14.2 Voltage Transformers


A) General
The voltage transformers shall conform to IEC- 60044-2 and other relevant standards
except to the extent explicitly modified in the specification.
Voltage transformers shall be of the electromagnetic type. The earth end of the high
voltage winding and the ends of the secondary winding shall be brought out in the terminal
box.
B) Ratios and Characteristics
The rating, ratio, accuracy class, connection etc. for the voltage transformers shall be in
accordance with Table II-A.
C) Rating and diagram plates
Rating and diagram plate shall be provided complying with the requirements of the IEC
specification incorporating the year of manufacture and including turns ratio, voltage ratio,
burden, connection diagram etc.
D) Secondary Terminals, Earthing and Fuses
The beginning and end of each secondary winding shall be wired to suitable terminals
accommodated in a terminal box mounted directly on the voltage transformer section.
All terminals shall be stamped or otherwise marked to correspond with the marking on the
diagram plate. Provision shall be made for earthing of the secondary windings inside the
terminal box.
E) The transformer shall be able to sustain full line to line voltage without saturation of
transformer.
The accuracy class will be at maximum tap.
F) Constructional Details of Voltage Transformers:
a) The voltage transformers shall be located in a separate module. The bus voltage
transformer shall be with disconnector on the bus side & no disconnector is required
for VT in other bays. The voltage transformers will be connected phase to ground
and shall be used for protection, metering and synchronization.

b) The voltage transformers shall be of inductive type, nonresistant and, separated from
other parts of installation. The voltage transformers shall be effectively shielded
against high frequency electromagnetic transients. The voltage transformers shall
have three secondary windings

c) Voltage transformer’s secondary shall be protected by MCB for all the windings. In
addition contacts shall be provided for the protection and metering windings for
MCB monitoring scheme. The secondary terminals of the VT’s shall be terminated
to the stud type non-disconnecting terminal blocks in the secondary boxes via MCB.

d) The voltage transformer should be thermally and dielectrically safe when the
secondary terminals are loaded with the guaranteed thermal burdens.

______________________________________________________________________________________________________________________
Section - 2 GIS Page 18 of 26
e) The accuracy of 0.2 on secondary III should be maintained through out the entire
burden range as per table IIA without any adjustments during operation. However,
burden of each core shall be finalized during detailed engineering.

f) The diagram for the interconnection of the VTs shall be provided inside the
marshalling box.

14.3 Tests
Current and voltage transformers shall conform to type tests and shall be subjected to routine test
in accordance with IEC.
14.4 Technical Parameters:

14.4.1 Current Transformers


S. No. Particulars 33kV
a) Rated voltage Un 36kV (rms)
b) Rated frequency 50 Hz
c) System neutral earthing Effectively earthed
d) Rated short time thermal current 31.5 kA for 1 second
e) Rated dynamic current 80 kAp
f) Rated insulation levels

i)1.2/50 micro second impulse voltage ±170 kVp

ii)1 Minute power frequency withstand 70 kV (rms)


voltage
g) One minute power frequency 5kV (rms)
withstand voltage between secondary
terminal & earth

h) Maximum temperature rise over an As per IEC 60044-1


ambient temperature of 400C
i) Radio interference voltage at 1.1 Un/√3 __
and frequency range 0.5 to 2 MHz

j) Partial discharge level __

14.4.2 Voltage Transformers

Sl.No. Particulars 33 kV
a) Rated system voltage (Un) 36 kV (rms)
b) Rated frequency 50 Hz
c) System neutral earthing Effectively earthed
d) System fault level 31.5 kA for 1 second
e) Rated insulation levels
i)1.2/50 micro second impulse voltage. ±170 kVp
ii)1 Minute power frequency withstand 70 kV (rms)
voltage.

f) One minute power frequency 3kV (rms)


withstand voltage for secondary
g) Radio interference voltage at 1.1 Un/√3 __
and frequency range 0.5 to 2 MHz
______________________________________________________________________________________________________________________
Section - 2 GIS Page 19 of 26
h) Rated total thermal burden
i) Partial discharge level __

15.0 Incomer and Outgoing Connections


There shall be provision to connect XLPE cables at incomer and outgoing feeders. The
sizes of cable have been defined in the specifications. However, final size will be decided
during detailed engineering. In addition, one set of each size of test bushing/plug shall also
be provided for testing purpose.
16.0 Surge Arrestors

The surge arrestors shall confirm in general to latest IEC –60099-4.


16.1 Insulation Co-ordination and Selection of Surge Arrestor
The contractor shall be fully responsible for complete insulation co-ordination of switchyard
including GIS. Contractor shall carry out detailed studies and design calculations to evolve the
required parameters locations, energy capability etc. of surge arrestors such that adequate
protective margin is available between peak impulse, surge and power frequency discharge
voltages and BIL of the protected requirement. The locations of surge arrestors shown in single
line diagram are indicative only. If the bidders feel that at some more locations the surge arrestors
are required to be provided the same should also be included in the offer.
If distance between Surge Arrestor and transformer bushing terminal inclusive of head length is
more than 60 m or 170 ft then one surge arrestor shall be with GIS System and another shall be
with transformer.
The contractor shall perform all necessary studies. The report shall detail the limits of all
equipment parameters which could affect the insulation co-ordination the report shall also detail
the characteristics of the surge arrestor and shall demonstrate that the selected insulators protective
and withstand levels, discharge and coordinating currents, and arrestor ratings comply with the
requirement of this specification.
The contractor shall also consider in the studies the open circuit breaker condition, fast transients
generated by slow operation of disconnecting switches. The study report and design calculations
shall be submitted for Employer’s approval.

16.2 Duty Requirements


a) The surge arrester shall be heavy duty station class and gapless (Metal oxide) type without
any series or shunt gaps.
b) The surge arresters shall be capable of discharging over-voltages occurring during switching
of unloaded transformers and long lines.
c) The reference current of the arresters shall be high enough to eliminate the influence of
grading and stray capacitance on the measured reference voltage.
d) The surge arresters are being provided to protect the followings whose insulation levels are
indicated in the table given below:-

Equipment to be protected Lightning impulse (kVp)


for 36 kV system
Power Transformer + 170
Instrument Transformer + 170
CB/Isolator + 170
Phase to ground
Across open contacts + 195

______________________________________________________________________________________________________________________
Section - 2 GIS Page 20 of 26
16.3 Constructional Features
The nonlinear blocks shall be of sintered metal oxide material. These shall be provided in such a
way as to obtain robust construction, with excellent mechanical and electrical properties even after
repeated operations.
The arrestor enclosure shall be vertically or horizontally mounted to suit the layout of the
switchgear as suggested by the manufacturer and shall be fitted with a discharge counter located in
an easily accessible position.
The main grounding connection from the surge arrestor to the earth shall be provided by the
bidder. The size of the connecting conductor shall be such that all the energy is dissipated to the
ground without getting overheated.
16.4 Fittings and Accessories for outdoor SA
a) Self contained discharge counters, suitably enclosed and requiring no auxiliary or battery
supply for operation shall be provided for each single pole unit. Suitable leakage current
meters should also be supplied within the same enclosure. The reading of milli ammeter and
counters shall be visible through an inspection glass panel.
b) Microprocessor based instrument for monitoring resistive current or wattloss of the arrester
shall also be provided.
16.5 Tests
In accordance with the requirements stipulated the surge arrestors shall conform to type tests and
shall be subjected to routine and acceptance tests in accordance with IEC document.
Each metal oxide block shall be tested for the guaranteed specific energy capability in addition to
the routine/acceptance test as per IEC-60099.
Test on Surge Monitors:
The Surge monitors shall also be connected in series with the test specimens during residual
voltage and current impulse withstands tests to verify efficacy of the same. Additional
routine/functional tests with one 100A and 10 kA current impulse, (8/20 micro sec.) shall also be
performed on the surge monitor.
16.6 Parameters
Following are the parameters generally adopted by Employer for their installations. These
parameters are indicative and not binding and may change. The actual parameters required for the
installation shall be evolved by contractor and same shall be finalized during detailed engineering.
Surge Arrestor
Sl. Particulars 33 kV
No.
a) Rated system voltage 36 kV
b) System neutral earthing Effectively earthed
c) Rated arrestor voltage 30 kV
d) Nominal discharge current 10 kA of 8/20
micro second wave
e) Rated frequency 50 Hz
f) Minimum discharge capability voltage
corresponding to minimum discharge __
characteristics
g) Continuous operating voltage at 500C 25 kV
h) Min. switching surge residual voltage __
(1 kA)
Max. switching surge residual voltage __
(1 kA)
i) Max. residual voltage at __
i) 5 kA
ii) 10 kA nominal discharge current 100kVp
iii) 20 kA nominal discharge current __
______________________________________________________________________________________________________________________
Section - 2 GIS Page 21 of 26
j) Long duration discharge class 3
k) High current short duration test value 100 kAp
(4/10 micro second wave)
l) Current for pressure relief test 40 kA rms
m) Pressure relief class: A
n) RIV at 1.1 Un/√3 kV rms(micro volts) __
o) Partial discharge at 1.05 COV __
p) Reference ambient temp. 50 0C
q) Steep current impulse voltage 110kVp

17.0 33kV GIS cum Control Room Building


a) The building shall house 33kV Gas Insulated Switchgear (GIS) and other associated
equipments inside in the GIS building.
b) The bidder shall submit the design & construction proposal of the building along with
necessary information, data, and drawings in the techno- commercial bid according to the
complete requirements.
c) The bidder shall finalize the dimensions for 33kV GIS building according to the equipment
offered by them providing enough space & access for erection, operation and maintenance.

18.0 Seismic Design Criteria:


The equipment shall be designed for operation in seismic zone for earthquake resistance. The
seismic loads are due to the horizontal and vertical acceleration which may be assumed to act non
concurrently. Seismic level Zone- IV, as per IS- 1893, Year-2002 has to be considered for the
design of equipment. The seismic loads shall be equal to static loads corresponding to the weight
of the parts multiplied by the acceleration. The equipments along with its parts shall be strong
enough and sufficiently well connected to resist total operating stresses resulting from the forces in
normal operation but in case of abnormal condition shall also resist with forces superimposed due
to earthquakes. The copies of type test reports for similar rated equipment, if tested earlier, should
be furnished along with the tender. If the equipment has not been type tested earlier, design
calculations of simulated parameters should be furnished along with the offer.
To prevent the movement of GIS sub assemblies i.e. various bay modules during the earthquake,
suitable devices shall be provided for fixing the sub assemblies to the foundation. The contractor
shall supply necessary bolts for embedding in the concrete foundation. The fixing of GIS sub
assemblies to the foundation shall be designed to with-stand the seismic events. It will also be
ensured that the special devices as well as bolts shall not be over stressed. The details of the
devices used and the calculations for establishing the adequacy shall be furnished by the supplier
and shall be subject to the purchase’s approval.

19.0 Partial Discharge Monitoring System & Dew Point Meter


SF6 Gas Detector Meter, Portable P.D meter & Dew point meter shall be offered as per relevant
schedule of BPS and shall be considered for evaluation of bid. The specifications are enclosed at
Section-Special Equipment.

20.0 Quality of SF6 Gas


a) The SF6 gas insulated metal-clad switchgear shall be designed for use with SF6 gas
complying with the recommendations of IEC 376, 376A & 376B, at the time of the first
charging with gas. All SF6 gas supplied as part of the contract shall comply with the
requirements of IEC as above as a minimum & should be suitable in all respects for use in
the switchgear under all operating conditions.
b) The high pressure cylinders in which SF6 gas is supplied & stored at site shall comply with
the requirements of following standards & regulations:

______________________________________________________________________________________________________________________
Section - 2 GIS Page 22 of 26
IS: 4379 Identification of the contents of industrial gas cylinders.
IS : 7311 Seamless high carbon steel cylinders for permanent & high pressure
liquefiable gases. The cylinders shall also meet Indian Boilers
Regulations. (Mandatory)
c) Test
SF6 gas shall be tested for purity, dew point, air, hydrolysable fluorides and water contents
as per IEC:376, 376A & 376B and test certificates shall be furnished to the Employer
indicating all test results as per IEC standards for each lot of SF6 gas. Further site tests for
moisture, air con-tent, flash point and dielectric strength to be done during commissioning of
GIS. Gas bottles should be tested for leakage during receipt at site.
d) The bidder shall indicate diagnostic test methods for checking the quality of gas in the
various sections during service. The method proposed shall, as a minimum check the
moisture content & the percentage of purity of the gas on annual basis.
e) The bidder shall also indicate clearly the precise procedure to be adopted by maintenance
personnel for handling equipment that are exposed to the products of arcing in SF6 Gas so as
to ensure that they are not affected by possible irritants of the skin and respiratory system.
Recommendations shall be submitted for suitable protective clothing, method of disposal of
cleaning utensils and other relevant matters.
f) The bidder shall also indicate the details and type of filters used in various gas sections, and
should also submit the operating experience with such filters.

21.0 SF6 Gas Monitoring Devices and Alarm Circuits


21.1 Dial type temperature compensated gas density or density monitoring devices with associated
pressure gauge will be provided. The devices shall provide continuous & automatic monitoring of
the state of the gas & a separate device shall be provided for each gas compartment so that each
compartment can be monitored simultaneously as follows:-
1) Compartments except circuit breaker
a) Gas Refill level
This will be used to annunciate the need for the gas refilling. The contractor shall
provide a contact for remote indication.
b) 'Zone Trip' level
This is the minimum level at which the manufacturer will guarantee the insulation
rating of the assembly. Contacts shall be in accordance with requirement.
The bidder should furnish temperature v/s pressure curves for each setting of density
monitor along with details of the monitoring device.
It shall be possible to test all gas monitoring relays/devices without de-energizing the
primary equipment & without reducing pressure in the main section. Plugs & sockets shall
be used for test purposes. It shall also damp the pressure pulsation while filling the gas in
service, so that flickering of the pressure switch contacts does not take place.
21.2 a) Gas Leakage
The maximum gas leakage shall not exceed 0.5% (half percent) per year for the whole
equipment and for any individual gas compartment separately.
b) Gas Supply
The contractor shall include the supply of all SF6 gas necessary for filing & putting into
operation the complete switchgear installation being supplied. In addition 20% of total gas
requirement shall be supplied in separate cylinders as spare requirement, over & above the
requirement of gas for successful commissioning. Pl. refer list of mandatory spares in this
connection.

______________________________________________________________________________________________________________________
Section - 2 GIS Page 23 of 26
22.0 Gas Filling and Evacuating Plant
All the plant necessary for filling and evacuating the SF6 gas in the switchgear shall be supplied
with the contract to enable any maintenance work to be carried out. This shall include all the
necessary gas cylinders for temporarily storing the evacuated SF6 gas. The capacity of the
temporary storage facilities shall at least be sufficient for storing the maximum quantity of gas that
could be removed when carrying out maintenance or repair work on the switchgear and associate
equipment of at least one complete bay.
Where any item of the filling and evacuating plant is of such a weight that it cannot easily be
carried by maintenance personnel, it shall be provided with lifting hooks for lifting and moving
with the overhead cranes.
The capacity of the plant should be such that it is capable of excavation/ filling of maximum
quantity of gas contained in a compartment could be removed/ filled within 30 minutes while
carrying out maintenance/ repair work.
The evacuation equipment shall be provided with all the necessary pipes, couplings, flexible tubes
and valves for coupling up to the switchgear for filling or evacuating all the gases.
The gas compartments shall preferably be fitted with permanent non-return valves through which
the gas is pumped into or evacuated form the compartments.
Details of the filling and evacuating plant that will be supplied, as well as the description of the
filling and evacuating procedures shall be provided along with the bid.

23.0 SF6 GIS to XLPE Cable Termination

The 33kV underground cables are to be connected to 33kV GIS by the interfacing of XLPE cable
sealing end to GIS Cable termination enclosure for making connection 2x3Cx 400 sq. mm 33kV
XLPE cables. This interface section shall be designed in a manner which will allow ease of
operation and maintenance. However, exact size of interfacing of cable will be finalized during
detailed engineering.

The SF6 GIS to XLPE cable termination shall conform to IEC-859 (latest edition). The provision
shall be made for a removable link. The gap created when the link is removed should have
sufficient electric strength to withstand the switchgear high voltage site tests. The bidder may
suggest alternative arrangements to meet these requirements. The corona rings/stress shields for
the control of electrical field in the vicinity of the isolation gap shall be provided by the GIS
manufacturer.

All supporting structures for the connections between the XLPE cable sealing ends and the GIS
shall be supplied by the supplier. The supplier may specify alternative connecting & supporting
arrangements for approval of the purchaser.

The opening for access shall be provided in each phase terminal enclosures as necessary to permit
removal of connectors to isolate the XLPE cables to allow carrying out the insulation tests. The
typical arrangement drawing of interconnecting cables from GIS bay module to XLPE cable
termination end shall be submitted along with offer.

24.0 Transformer Termination Module

For 33kV system, the bidder could go bus duct/ cable connection between the transformer and GIS
to meet the system requirement.

25.0 Electric Overhead Crane (If Applicable)

EOT Crane of suitable capacity shall be provided for erection & maintenance of largest GIS
component/assembly. The crane shall consist of all special requirements for erection &
maintenance of GIS equipments.
The crane shall be possible to be operated through the cable & through the pendant control, which
shall be easily accessible from the floor of GIS building.
______________________________________________________________________________________________________________________
Section - 2 GIS Page 24 of 26
EOT crane shall be supplied for 33KVGIS

26.0 Painting of Enclosure


All enclosures shall be painted externally as per manufacturer’s painting procedure. The painting
procedures as followed shall be enclosed with the bid.

27.0 Heaters
Wherever required, heaters shall be provided to prevent moisture condensation. Heaters are not
allowed in side the main circuit.

28.0 Identification & Rating Plate


i) Each bay shall have a nameplate showing
a) A listing of the basic equipment from air entrance bushing to air entrance bushing
(such as a breaker, disconnectors grounding switches, current transformers,
voltage transformers, and bushings).
b) A schematic diagram indicating their relative locations.
c) DTL Contract Number.
ii) Each module will have its own Identification & rating plate.
The rating plate marking for each individual equipment like circuit breaker, disconnectors
grounding switches, current transformer, voltage transformers, surge arrester etc shall be as
per their relevant IEC.

______________________________________________________________________________________________________________________
Section - 2 GIS Page 25 of 26
TABLE-IA
REQUIREMENTS FOR 36kV CURRENT TRANSFORMER

No. of Core Application Current Output Accuracy Min.Knee pt. Instrument


cores no. ratio Burden Class as Voltage Vk security
(VA) Per IEC: factor
44-1
3 1 METERING * 10 0.2 - Less than 5

2 PROTECTION/ * - * Vk>K.I.(Rc+R)V
O/C & E/F
3 Back-up * - * Vk>K.I.(Rc+R)V
Protection

* NOTE:-
i) All relaying CTs shall be of accuracy class PS as per IS: 2705

ii) 33kV C.T. of ratio 2000/1-1-1 A for incoming from 100 MVA Trf. and for bus coupler.

iii) 33kV C.T. ratio 800-400/1-1-1 A for feeder protection.

TABLE-IIA
REQUIREMENT OF 33kV VOLTAGE TRANSFORMERS
Sl. PARTICULARS 33 kV
No.
1. Rated primary voltage 36/√3 kV

2. Type Electromagnetic

3. No. of secondaries 3

4. Rated voltage factor 1.2 continuous

1.5-30 seconds

5. Phase angle error ±20 minutes

Sec I Sec II Sec III

6. Rated voltage (V) 110/√3 110/√3 110/√3

7. Application Metering Protection Protection

8. Accuracy 0.2 3P 3P

9. Output burden (VA) (minimum) 20 20 20

______________________________________________________________________________________________________________________
Section - 2 GIS Page 26 of 26
SECTION-III

GENERAL TECHNICAL
REQUIREMENTS
SECTION : 3
GENERAL TECHNICAL REQUIREMENTS (GTR)
1.0 FOREWORD
1.1 The provisions under this section are intended to supplement general requirements for the
materials, equipments and services covered under other sections of tender documents and is not
exclusive. However in case of conflict between the requirements specified in this section and
requirements specified under other sections, the requirements specified under respective sections
shall prevail.
2.0 GENERAL REQUIREMENT
2.1 The bidders shall submit the technical requirements, data and information as per the technical data
sheets provided in the Volume III of bid documents.
2.2 The bidders shall furnish catalogues, engineering data, technical information, design documents,
drawings etc., fully in conformity with the technical specification.
2.3 It is recognized that the Contractor may have standardized on the use of certain components,
materials, processes or procedures different from those specified herein. Alternate proposals
offering similar equipment based on the manufacturer’s standard practice will also be considered
provided such proposals meet the specified designs, standard and performance requirements and
are acceptable to the Purchaser’s. Unless brought out clearly, the Bidder shall be deemed to
conform to this specification scrupulously. All deviations from the specification shall be clearly
brought out in the respective schedule of deviations. Any discrepancy between the specification
and the catalogues or the bid, if not clearly brought out in the specific requisite schedule, will not
be considered as valid deviation.
2.4 Except for lighting fixtures, wherever a material or article is specified or defined by the name of a
particular brand, Manufacturer or Vendor, the specific name mentioned shall be understood as
establishing type, function and quality and not as limiting competition. For lighting fixtures, makes
shall be as defined in Section- Lighting System
2.5 Equipment furnished shall be complete in every respect with all mountings, fittings, fixtures and
standard accessories normally provided with such equipment and/or needed for erection,
completion and safe operation of the equipment as required by applicable codes though they may
not have been specifically detailed in the Technical Specifications unless included in the list of
exclusions. Materials and components not specifically stated in the specification but which are
necessary for commissioning and satisfactory operation of the switchyard/substation unless
specifically excluded shall be deemed to be included in the scope of the specification and shall be
supplied without any extra cost. All similar standard components/parts of similar standard
equipment provided, shall be inter-changeable with one another.
2.6 The contractor shall design the system maintaining all the statutory clearances for both indoor and
outdoor equipments as per relevant standards and norms. Contractor shall also design the building
with sufficient working space for ease of operation and maintenance activities.
3.0 STANDARDS
3.1 The works covered by the specification shall be designed, engineered, manufactured, built, tested
and commissioned in accordance with the Acts, Rules, Laws and Regulations of India.
3.2 The equipment to be furnished under this specification shall conform to latest issue with all
amendments (as on the date of bid opening) of standard specified under Annexure-C of this
section, unless specifically mentioned in the specification.
3.3 The Bidder shall note that standards mentioned in the specification are not mutually exclusive or
complete in themselves, but intended to compliment each other.
3.4 The Contractor shall also note that list of standards presented in this specification is not complete.
Whenever necessary the list of standards shall be considered in conjunction with specific IS/IEC.
3.5 When the specific requirements stipulated in the specifications exceed or differ than those
required by the applicable standards, the stipulation of the specification shall take precedence.
3.6 Other internationally accepted standards which ensure equivalent or better performance than that
specified in the standards specified under Annexure-C / individual sections for various equipments
shall also, be accepted, however the salient points of difference shall be clearly brought out in
additional information schedule of Vol III along with English language version of such standard.
The equipment conforming to standards other than specified under Annexure-C/ individual
sections for various equipments shall be subject to Purchaser’s approval.
3.7 The bidder shall clearly indicate in his bid the specific standards in accordance with which the
works will be carried out.
4.0 SERVICES TO BE PERFORMED BY THE EQUIPMENT BEING FURNISHED
4.1 The equipment furnished under this specification shall perform all its functions and operate
satisfactorily without showing undue strain, re-strike etc under such over voltage conditions.
________________________________________________________________________________________________
Section 3 : GTR Page 1 of 39
4.2 All equipments shall also perform satisfactorily under various other electrical, electromechanical
and meteorological conditions of the site of installation.

4.3 All equipment shall be able to withstand all external and internal mechanical, thermal and
electromechanical forces due to various factors like wind load, temperature variation, ice & snow,
(wherever applicable) short circuit etc for the equipment.

4.4 The bidder shall design terminal connectors of the equipment taking into account various forces
that are required to withstand.
4.5 The equipment shall also comply to the following:
a) All outdoor EHV equipments except marshalling kiosks shall be suitable for hot line washing.
b) To facilitate erection of equipment, all items to be assembled at site shall be “match marked”.
c) All piping, if any between equipment control cabinet/ operating mechanism to marshalling box of
the equipment, shall bear proper identification to facilitate the connection at site.
4.6 Operating times of circuit breakers and protective relays have been specified in respective
sections. However, the bidder is allowed to have minor variations on the individual equipment
timings subject to the condition that overall fault clearing time remains within 160 milli seconds at
220 kV level under comparable conditions.
4.7 EHV equipments and system shall be designed to meet the following major technical parameters
as brought out hereunder.

4.7.1 System Parameter

S. No Description 220 kV 66kV 33 kV


of parameters System System System

1. System operating voltage 220kV 66kV 33kV


2. Rated frequency 50Hz 50Hz 50Hz
3. No. of phase 3 3 3
4. Rated Insulation levels
i) Full wave impulse 1050 kVp 325kVp 170 kVp
withstand voltage (1.2/50µs)
ii) One minute power frequency 460kV 140kV 70kV
dry and wet withstand voltage (rms)
5. Corona extinction voltage 156kV - -
6. Max. radio Interference voltage 1000 µV - -
for frequency b/w 0.5MHz and 2 MHz
at 156kV rms for 220kV system
7. Minimum creepage distance 25 mm/kV 25 mm/kV 25 mm/kV
(6125 mm) (1812.5 mm) (900 mm)
8. Min. clearances
i) Phase to phase 2100mm 630mm 320mm
ii) Phase to earth 2100mm 630mm 320mm
iii) Sectional clearances 5000 mm 3000mm 3000mm
(These clearances are mentioned for air clearance)
9. Rated short circuit current for 1 sec. duration 40 kA 31.5kA 31.5 kA
10. System neutral earthing Effectively Effectively Effectively
earthed earthed earthed

Note : The insulation and RIV levels of the equipments shall be as per values given in the
respective chapter of the equipments.
Bidder is required to maintain the clearances as per relevant IEC/IS and shall adhere to safety
guidelines.

4.7.2 Major Technical Parameters


The major technical parameters of the equipments are given below. For other parameters and
features respective technical sections should be referred.

(A)-I For 220/66/11 kV Power Transformer


Voltage ratio (kV) 220/66/11
Rated frequency (Hz) 50
Max. Design Ambient Temp. (°C) 50

______________________________________________________________________________________
Section 3 : GTR Page 2 of 39
Windings HV IV LV
(i) System Fault level (kA) 40 31.5 18.35
(ii) 1.2/50 micro sec. impulse ±1050 ±325 ±170
withstand voltage kVp
(iii) One minute power ±460 ±140 ±70
frequency voltage kV(rms)
(iv) Winding connection Star Star delta
(v) Neutral - Solidly grounded -
(vi) Insulation - Solidly grounded -
(vii) Vector Group - YN yn0 d11 –

(A)-II For 220/33/11 kV Power Transformer


Voltage ratio (kV) 220/33/11
Rated frequency (Hz) 50
Max. Design Ambient Temp. (°C) 50

Windings 220kV 33kV 11kV


(i) System Fault level (kA) 40 31.5 18.35
(ii) 1.2/50 µsec. impulse withstand voltage kVp ±1050 ±170 ±170
(iii) One minute power frequency voltage kV rms ±460 ±70 ±70
(iv) Winding connection Star Star delta
(v) Neutral - Solidly grounded -
(vi) Insulation - Solidly grounded -
(vii) Vector Group - YN yn0 d11 -

(B) For 245 kV, 72.5kV & 36kV Circuit Breaker and Isolator

Rated voltage kV (rms) 245 66 36


Rated frequency (Hz) 50 50 50
No. of Poles 3 3 3
Design ambient temperature (°C) 50 50 50

Rated insulation levels :


1) Full wave impulse withstand voltage (1.2/50 µsec.)

- between line terminals and ground ± 1050 kVp ±325 kVp ±170 kVp
- between terminals with circuit breaker open ± 1200 kVp ±375 kVp ±195 kVp
- between terminals with isolator open ± 1200 kVp ±375 kVp ±195 kVp

2) One minute power frequency dry and wet withstand voltage

- between line terminals and ground 460 kV (rms) ±140 kVp ±70kV (rms)
- between terminals with circuit breaker open 530 kV (rms) As per IEC As per IEC
- between terminals with Isolator open 530 kV (rms) As per IEC As per IEC

3) Max. radio interference voltage (µV) 1000 - -


for frequency between 0.5 MHz and 2 (at 156 kV rms)
MHz in all positions of the equipments.

4) Minimum creepage distance :-

Phase to ground (mm) 6125 1812.5 900


Between CB Terminals (mm) 6125 1812.5 900

5) System neutral earthing Effectively Effectively Effectively


earthed earthed earthed

6) Seismic acceleration - 0.3g horizontal -

______________________________________________________________________________________
Section 3 : GTR Page 3 of 39
7) Rating of Auxiliary Contacts - 10 A at 220 V DC -

8) Breaking capacity of Auxiliary contacts 2 A DC with circuit time constant of not


less than 20 ms.

Auxiliary Switch shall also comply with other clauses of this chapter.

(C) FOR 245 kV, 72.5kV & 36kV CT/CVT/SA


Rated voltage kV (rms) 245 72.5 36
Rated frequency (Hz) 50 50 50
No. of poles 1 1 1
Design ambient temperature (°C) 50 50 50

Rated insulation levels :


1) Full wave impulse withstand voltage (1.2/50 micro sec.)
- between line terminals and ground ± 1050 kVp ±325 kVp ±170 kVp
for CT and CVT
- for arrester housing ± 1050 kV peak ±325 kVp ±170 kVp

2) One minute power frequency dry and wet withstand voltage


- between line terminals and ground ±460 kV rms ±140 kVp ±70 kV rms
for CT and CVT
- for arrester housing ±460 kV rms ±140 kVp ± 70kV rms

3) Max. radio interference voltage (µV) 1000 for CT/CVT 500


for frequency between 0.5 MHz and 500 for SA
2 MHz in all positions of the equipment (at 156 kV rms)

4) Minimum creepage distance :-


- Phase to ground (mm) 6125 1812.5 900

5) System neutral earthing - Effectively earthed -

6) Seismic acceleration - 0.3g horizontal -

7) Partial discharge for :-


- Surge arrester at 1.05 COV - Not exceeding 50 pc. -
- for CT/CVT - Not exceeding 10 pc. -

(D) Technical Parameters of Bushings/Hollow Column insulators/support insulators:


220 kV 66kV 33 kV
(a) Rated Voltage (kV) 245 72.5 36

(b) Impulse withstand voltage (Dry & Wet) (kVp) ±1050 ±325 ±170

(c) Power frequency withstand voltage (dry and wet) ±460 ±140 ±70
(kV rms)

(d) Total creepage distance (mm) 6125 1812.5 900

(e) Pollution Class-III Heavy (as per IEC 71) and as specified Section-2 for all class of equipment

(f) Insulator shall also meet requirement of and IEC-815 for 220 kV system, as applicable having alternate
long & short sheds.

5.0 ENGINEERING DATA AND DRAWINGS


5.1 The engineering data shall be furnished by the Contractor in accordance with the Schedule for
each set of equipment as specified in the Technical Specifications.
5.2 The list of drawings/documents which are to be submitted to the Purchaser shall be discussed and
finalised by the Purchaser at the time of award. The Contractor shall necessarily submit all the
drawings/ documents unless anything is waived. The Contractor shall submit 4 (four) sets of
drawings/ design documents /data/ test reports as may be required for the approval of the
Purchaser.

______________________________________________________________________________________
Section 3 : GTR Page 4 of 39
5.3 Drawings
5.3.1 All drawings submitted by the Contractor including those submitted at the time of bid shall be in
sufficient detail to indicate the type, size, arrangement, material description, Bill of Materials,
weight of each component, break-up for packing and shipment, dimensions, internal & the external
connections, fixing arrangement required and any other information specifically requested in the
specifications.

5.3.2 Each drawing submitted by the Contractor shall be clearly marked with the name of the Purchaser,
the unit designation, the specifications title, the specification number and the name of the Project.
If standard catalogue pages are submitted, the applicable items shall be indicated therein. All titles,
noting, markings and writings on the drawing shall be in English. All the dimensions should be in
metric units.

5.3.3 Further work by the Contractor shall be in strict accordance with these drawings and no deviation
shall be permitted without the written approval of the Purchaser, if so required.

5.4 The review of these data by the Purchaser will cover only general conformance of the data to the
specifications and documents, interfaces with the equipment provided under the specifications,
external connections and of the dimensions which might affect substation layout. This review by
the Purchaser may not indicate a thorough review of all dimensions, quantities and details of the
equipment, materials, any devices or items indicated or the accuracy of the information submitted.
This review and/or approval by the purchaser shall not be considered by the Contractor, as limiting
any of his responsibilities and liabilities for mistakes and deviations from the requirements,
specified under these specifications and documents.

5.5 All manufacturing and fabrication work in connection with the equipment prior to the approval of
the drawings shall be at the Contractor’s risk. The Contractor may make any changes in the design
which are necessary to make the equipment conform to the provisions and intent of the Contract
and such changes will again be subject to approval by the Purchaser. Approval of Contractor’s
drawing or work by the Purchaser shall not relieve the contractor of any of his responsibilities and
liabilities under the Contract.

5.6 All engineering data submitted by the Contractor after final process including review and approval
by the Purchaser shall form part of the Contract Document and the entire works performed under
these specifications shall be performed I strict conformity, unless otherwise expressly requested by
the Purchaser in Writing.

5.7 Approval Procedure


The scheduled dates for the submission of the drawings as well as for, any data/information to be
furnished by the Purchaser would be discussed and finalised at the time of award. The following
schedule shall be followed generally for approval and for providing final documentation.

i) Approval/comments by Purchaser As per agreed schedule


on initial submission
ii) Resubmission Within3 (three) weeks
(whenever from date of Comments required
including both ways postal time).
iii) Approval or comments Within 3 weeks of
receipt of resubmission.
iv) Furnishing of distribution 2 weeks from the date
copies in bound volume of final approval
(5 copies per substation
and one copy for Corporate
Centre)
v) Furnishing of distribution
copies of test reports

(a) Type test reports 2 weeks from the date


(one copy per of final approval
substation plus one
copy for corporate
centre)
(b) Routine Test Reports -do
______________________________________________________________________________________
Section 3 : GTR Page 5 of 39
(one copy for each
substation)
vi) Furnishing of instruction/ As per agreed schedule
operation manuals (4 copies
per substation and two
copies for corporate centre)
vii) RTFs of drawings (one set -do
substation and one set for
corporate centre)
(viii) Video Cassette (VHS-PAL) - -do
highlighting
installation and
maintenance techniques/
requirements of circuit breaker
& isolators (one per substation
plus one for corporate centre)
(ix) As built drawings & RTFs On completion of entire
(Two sets per substation plus works
one set for corporate centre)
(x) ROM optical disks for all As -do
built drawings (one per substation
plus one for corporate

NOTE:
(1) The contractor may please note that all resubmissions must incorporate all comments given in the
earlier submission by the Purchaser or adequate justification for not incorporating the same must
be submitted failing which the submission of documents is likely to be returned.

(2) The drawings which are required to be referred frequently during execution should be submitted on
cloth lined paper. The list of such drawings shall be finalised with the Contractor at the time of
Award.

(3) All major drawings should be submitted in Auto Cad Version 12 or better.

(4) The instruction Manuals shall contain full details of drawings of all equipment being supplied under
this contract, their exploded diagrams with complete instructions for storage, handling, erection,
commissioning, testing, operation, trouble shooting, servicing and overhauling procedures.

(5) If after the commissioning and initial operation of the substation, the instruction manuals require
any modifications/ additions/changes, the same shall be incorporated and the updated final
instruction manuals shall be submitted by the Contractor to the Purchaser.

(6) The Contractor shall furnish to the Purchaser catalogues of spare parts.

5.8 The list of major drawings and General Technical Parameters shall be as per Annexure – D.

6.0 MATERIAL/ WORKMANSHIP

6.1 General Requirement


6.1.1 Where the specification does not contain references to workmanship, equipment, materials and
components of the covered equipment, it is essential that the same must be new, of highest grade
of the best quality of their kind, conforming to best engineering practice and suitable for the
purpose for which they are intended.

6.1.2 Incase where the equipment, materials or components are indicated in the specification as
“similar” to any special standard, the Purchaser shall decide upon the question of similarity. When
required by the specification or when required by the Purchaser the Contractor shall submit, for
approval, all the information concerning the materials or components to be used in manufacture.
Machinery, equipment, materials and components supplied, installed or used without such
approval shall run the risk of subsequent rejection, it being understood that the cost as well as the
time delay associated with the rejection shall be borne by the Contractor.

6.1.3 The design of the Works shall be such that installation, future expansions, replacements and
general maintenance may be undertaken with a minimum of time and expenses. Each component
shall be designed to be consistent with its duty and suitable factors of safety, subject to mutual
______________________________________________________________________________________
Section 3 : GTR Page 6 of 39
agreements. All joints and fastenings shall be devised, constructed and documented so that the
component parts shall be accurately positioned and restrained to fulfill their required function. In
general, screw threads shall be standard metric threads.

The use of other thread forms will only be permitted when prior approval has been obtained from
the Purchaser.

6.1.4 Whenever possible, all similar part of the Works shall be made to gauge and shall also be made
interchangeable with similar parts. All spare parts shall also be interchangeable and shall be made
of the same materials and workmanship as the corresponding parts of the Equipment supplied
under the Specification. Where feasible, common component units shall be employed in different
pieces of equipment in order to minimize spare parts stocking requirements. All equipment of the
same type and rating shall be physically and electrically interchangeable.

6.1.5 All materials and equipment shall be installed in strict accordance with the manufacturer’s
recommendation(s). Only first-class work in accordance with the best modern practices will be
accepted. Installation shall be considered as being the erection of equipment at its permanent
location. This, unless otherwise specified, shall include unpacking, cleaning and lifting into
position, grouting, leveling, aligning, coupling of or bolting down to previously installed equipment
bases/foundations, performing the alignment check and final adjustment prior to initial operation,
testing and commissioning in accordance with the manufacturer’s tolerances, instructions and the
Specification. All factory assembled rotating machinery shall be checked for alignment and
adjustments made as necessary to re-establish the manufacturer’s limits suitable guards shall be
provided for the protection of personnel on all exposed rotating and / or moving machine parts and
shall be designed for easy installation and removal for maintenance purposes. The spare
equipment(s) shall be installed at designated locations and tested for healthiness.

6.1.6 The Contractor shall apply oil and grease of the proper specification to suit the machinery, as is
necessary for the installation of the equipment. Lubricants used for installation purposes shall be
drained out and the system flushed through where necessary for applying the lubricant required for
operation. The Contractor shall apply all operational lubricants to the equipment installed by him.

6.1.7 All oil, grease and other consumables used in the Works/ Equipment shall be purchased in India
unless the Contractor has any special requirement for the specific application of a type of oil or
grease not available in India. If such is the case he shall declare in the proposal, where such oil or
grease is available. He shall help Purchaser in establishing equivalent Indian make and Indian
Contractor. The same shall be applicable to other consumables too.

6.1.8 A cast iron or welded steel base plate shall be provided for all rotating equipment which are to be
installed on a concrete base unless otherwise agreed to by the Purchaser. Each base plate shall
support the unit and its drive assembly, shall be of design with pads for anchoring the units, shall
have a raised up all around and shall have threaded in air connections, if so required.

6.1.9 Corona and radio interference voltage test and seismic withstand test procedures for equipments
shall be in line with the procedure given at Annexure-A and B respectively.

6.2 Provisions For Exposure to Hot and Humid climate


Outdoor equipment supplied under the specification shall be suitable for service and storage under
tropical conditions of high temperature, high humidity, heavy rainfall and environment favourable to
the growth of fungi and mildew. The indoor equipments located in non-air-conditioned areas shall
also be of same type.

6.2.1 Space Heaters


6.2.1.1 The heaters shall be suitable for continuous operation at 240 V as supply voltage. On-off switch
and fuse shall be provided.
6.2.1.2 One or more adequately rated thermostatically connected heaters shall be supplied to prevent
condensation in any compartment. The heaters shall be installed in the compartment and
electrical connections shall be made sufficiently away from below the heaters to minimize
deterioration of supply wire insulation. The heaters shall be suitable to maintain the compartment
temperature to prevent condensation.

6.2.1.3 Suitable anti condensation heaters with the provision of thermostat shall be provided.

______________________________________________________________________________________
Section 3 : GTR Page 7 of 39
6.2.2 FUNGI STATIC VARNISH
Besides the space heaters, special moisture and fungus resistant varnish shall be applied on parts
which may be subjected or predisposed to the formation of fungi due to the presence or deposit of
nutrient substances. The varnish shall not be applied to any surface of part where the treatment
will interfere with the operation or performance of the equipment. Such surfaces or parts shall be
protected against the application of the varnish.

6.2.3 Ventilation opening


Wherever ventilation is provided, the compartments shall have ventilation openings with fine wire
mesh of brass to prevent the entry of insects and to reduce to a minimum the entry of dirt and dust.
Outdoor compartment openings shall be provided with shutter type blinds and suitable provision
shall be made so as to avoid any communication of air / dust with any part in the enclosures of the
Control Cabinets, Junction boxes and Marshalling Boxes, panels etc.

6.2.4 Degree of Protection


The enclosures of the Control Cabinets, Junction boxes and Marshalling Boxes, panels etc. to be
installed shall provide degree of protection as detailed here under:

a) Installed out door: IP- 55


b) Installed indoor in air conditioned area: IP-31
c) Installed in covered area: IP-52
d) Installed indoor in non air conditioned area where possibility of entry of water is limited: IP-41.
e) For LT Switchgear (AC & DC distribution Boards) : IP-52
The degree of protection shall be in accordance with IS:13947 (Part-I)/ IEC-947 (Part-I)/ IS
12063 / IEC 529. Type test report for degree of protection test, on each type of the box shall be
submitted for approval.

6.3 RATING PLATES, NAME PLATES AND LABELS


6.3.1 Each main and auxiliary item of substation is to have permanently attached to it in a conspicuous
position a rating plate of non-corrosive material upon which is to be engraved manufacturer’s
name, year of manufacture, equipment name, type or serial number together with details of the
loading conditions under which the item of substation in question has been designed to operate,
and such diagram plates as may be required by the Purchaser. The rating plate of each equipment
shall be according to IEC requirement.

6.3.2 All such nameplates, instruction plates, rating plates of transformers, reactors, CB, CT, CVT, SA,
Isolators and C & R panels shall be bilingual with Hindi inscription first followed by English.
Alternatively two separate plates one with Hindi and the other with English inscriptions may be
provided.

6.4 FIRST FILL OF CONSUMABLES, OIL AND LUBRICANTS


All the first fill of consumables such as oils, lubricants, filling compounds, touch up paints,
soldering/brazing material for all copper piping of circuit breakers and essential chemicals etc.
which will be required to put the equipment covered under the scope of the specifications, into
successful Operation, shall be furnished by the Contractor unless specifically excluded under the
exclusions in these specifications and documents.

7.0 DESIGN IMPROVEMENTS / COORDINATION


7.1 The bidder shall note that the equipment offered by him in the bid only shall be accepted for
supply. However, the Purchaser or the Contractor may propose changes in the specification of the
equipment or quality thereof and if the Purchaser & contractor agree upon any such changes, the
specification shall be modified accordingly.

7.2 If any such agreed upon change is such that it affects the price and schedule of completion, the
parties shall agree in writing as to the extent of any change in the price and/or schedule of
completion before the Contractor proceeds with the change. Following such agreement, the
provision thereof, shall be deemed to have been amended accordingly.

7.3 The Contractor shall be responsible for the selection and design of appropriate equipments to
provide the best co-ordinated performance of the entire system. The basic design requirements
are detailed out in this Specification. The design of various components, subassemblies and
assemblies shall be so done that it facilitates easy field assembly and maintenance.

______________________________________________________________________________________
Section 3 : GTR Page 8 of 39
7.4 The Contractor has to coordinate designs and terminations with the agencies (if any) who are
Consultants/Contractor for the Purchaser. The names of agencies shall be intimated to the
successful bidders.

7.5 The Contractor will be called upon to attend design co-ordination meetings with the Engineer,
other Contractor’s and the Consultants of the Purchaser (if any) during the period of Contract. The
Contractor shall attend such meetings at his own cost at New Delhi or at mutually agreed venue as
and when required and fully cooperate with such persons and agencies involved during those
discussions.

8.0 QUALITY ASSURANCE PROGRAMME


8.1 To ensure that the equipment and services under the scope of this Contract whether manufactured
or performed within the Contractor’s Works or at his Sub-contractor’s premises or at the
Purchaser’s site or at any other place of Work are in accordance with the specifications, the
Contractor shall adopt suitable quality assurance programme to control such activities at all points
necessary. Such programme shall be broadly outlined by the contractor and finalised after
discussions before the award of contract. The detailed programme shall be submitted by the
contractor after the award of contract and finally accepted by DTL after discussion. However, in
case detailed valid programme approved by DTL for the equipment already exist, same would be
followed till its validity. A quality assurance programme of the contractor shall generally cover the
following:

(a) His organization structure for the management and implementation of the proposed quality
assurance program:

(b) Documentation control system;

(c) Qualification data for bidder’s key personnel;

(d) The procedure for purchases of materials, parts components and selection of sub-Contractor’s
services including vendor analysis, source inspection, incoming raw material inspection,
verification of material purchases etc.

(e) System for shop manufacturing and site erection controls including process controls and
fabrication and assembly control;

(f) Control of non-conforming items and system for corrective actions;

(g) Inspection and test procedure both for manufacture and field activities.

(h) Control of calibration and testing of measuring instruments and field activities;

(i) System for indication and appraisal of inspection status;

(j) System for quality audits;

(k) System for authorising release of manufactured product to the Purcahser.

(l) System for maintenance of records;

(m) System for handling storage and delivery; and

(n) A quality plan detailing out the specific quality control measures and procedures adopted for
controlling the quality characteristics relevant to each item of equipment furnished and/or
services rendered.

The Purchaser or his duly authorised representative reserves the right to carry out quality audit
and quality surveillance of the system and procedure of the Contractor/his vendor’s quality
management and control activities.

8.2 Quality Assurance Documents


The contractor would be required to submit all the Quality Assurance Documents as stipulated in
the Quality Plan at the time of purchaser’s inspection of equipment/material

______________________________________________________________________________________
Section 3 : GTR Page 9 of 39
9.0 TYPE TESTING, INSPECTION, TESTING & INSPECTION CERTIFICATE
9.1 All equipment being supplied shall conform to type tests including additional type tests as per
technical specification and shall be subject to routine tests in accordance with requirements
stipulated under respective sections. Purchaser reserves the right to witness any or all the type
tests. The Contractor shall intimate the Purchaser the detailed program about the tests atleast
three (3) weeks in advance in case of domestic supplies & six (6) weeks in advance in case of
foreign supplies.

9.2 The reports for all type tests and additional type tests as per technical specification shall be
furnished by the Contractor alongwith equipment / material drawings as per relevant IEC with
latest amendments. The type tests conducted should have either been conducted in accredited
laboratory (accredited based on ISO / IEC Guide 25 / 17025 or EN 45001 by the national
accreditation body of the country where laboratory is located) or witnessed by the representative(s)
of DTL or Utility. The test reports submitted shall be of the tests conducted within last 10 (ten)
years prior to the date of bid opening.
In case the test reports are of the test conducted earlier than 10 (ten) years prior to the date of bid
opening, the contractor shall repeat these test(s) at no extra cost to the purchaser.

In the event of any discrepancy in the test reports i.e. any test report not acceptable due to any
design / manufacturing changes (including substitution of components) or due to non-compliance
with the requirement stipulated in the Technical Specification or any/all additional type tests not
carried out, same shall be carried out without any additional cost implication to the Purchaser.

9.3 Bidder shall conduct type tests on equipments other than GIS if required in their respective
section.

9.4 The Purchaser, his duly authorised representative and/or outside inspection agency acting on
behalf of the Purchaser shall have at all reasonable times free access to the Contractor’s/sub-
vendors premises or Works and shall have the power at all reasonable times to inspect and
examine the materials and workmanship of the Works during its manufacture or erection if part of
the Works is being manufactured or assembled at other premises or works, the Contractor shall
obtain for the Engineer and for his duly authorised representative permission to inspect as if the
works were manufactured or assembled on the Contractor’s own premises or works. Inspection
may be made at any stage of manufacture, despatch or at site at the option of the Purchaser and
the equipment if found unsatisfactory due to bad workmanship or quality, material is liable to be
rejected.

9.5 The Contractor shall give the Purchaser /Inspector thirty (30) days written notice of any material
being ready for joint testing including contractor and DTL. Such tests shall be to the Contractor’s
account except for the expenses of the Inspector. The Purchaser / inspector, unless witnessing of
the tests is virtually waived, will attend such tests within thirty (30) days of the date of which the
equipment is notified as being ready for test/inspection, failing which the Contractor may proceed
alone with the test which shall be deemed to have been made in the Inspector’s presence and he
shall forthwith forward to the Inspector duly certified copies of tests in triplicate.

9.6 The Purchaser or Inspector shall, within fifteen (15) days from the date of inspection as defined
herein give notice in writing to the Contractor, of any objection to any drawings and all or any
equipment and workmanship which in his opinion is not in accordance with the Contract. The
Contractor shall give due consideration to such objections and shall either make the modifications
that may be necessary to meet the said objections or shall confirm in writing to the Purchaser
/Inspector giving reasons therein, that no modifications are necessary to comply with the Contract.

9.7 When the factory tests have been completed at the Contractor’s or Sub-Contractor’s works, the
Purchaser/inspector shall issue a certificate to this effect within fifteen (15) days after completion of
tests but if the tests are not witnessed by the Purchaser /Inspector, the certificate shall be issued
within fifteen (15) days of receipt of the Contractor’s Test certificate by the Engineer/Inspector.
Failure of the Purchaser /Inspector to issue such a certificate shall not prevent the Contractor from
proceeding with the Works. The completion of these tests or the issue of the certificate shall not
bind the Purchaser to accept the equipment should, it, on further tests after erection, be found not
to comply with the Contract. The equipment shall be dispatched to site only after approval of test
reports and issuance of CIP by the Purchaser.

9.8 In all cases where the Contract provides for tests whether at the premises or at the works of the
Contractor or of any Sub-Contractor, the Contractor except where otherwise specified shall provide
free of charge such items as labour, materials, electricity, fuel, water, stores, apparatus and
______________________________________________________________________________________
Section 3 : GTR Page 10 of 39
instruments as may be reasonably demanded by the Purchaser /Inspector or his authorised
representative to carry out effectively such tests of the equipment in accordance with the Contract
and shall give facilities to the Purchaser /Inspector or to his authorised representative to
accomplish testing.

9.9 The inspection by Purchaser and issue of Inspection Certificate thereon shall in no way limit the
liabilities and responsibilities of the Contractor in respect of the agreed quality assurance
programme forming a part of the Contract.

9.10 The Purchaser will have the right of having at his own expenses any other test(s) of reasonable
nature carried out at Contractor’s premises or at site or in any other place in addition of aforesaid
type and routine tests, to satisfy that the material comply with the specification.

9.11 The Purchaser reserves the right for getting any field tests not specified in respective sections of
the technical specification conducted on the completely assembled equipment at site. The testing
equipments for these tests shall be provided by the Purchaser.

10. TESTS

10.1 Pre-commissioning Tests


On completion of erection of the equipment and before charging, each item of the equipment shall
be thoroughly cleaned and then inspected jointly by the Purchaser and the Contractor for
correctness and completeness of installation and acceptability for charging, leading to initial pre-
commissioning tests at Site. The list of pre-commissioning tests to be performed are given in
respective chapters and shall be included in the Contractor’s quality assurance programme.

10.2 Commissioning Tests


10.2.1 The testing equipments required for testing and commissioning shall be arranged by the
Contractor.
10.2.2 The specific tests requirement on equipment have been brought out in the respective chapters of
the technical specification.
10.3 The Contractor shall be responsible for obtaining statutory clearances from the concerned
authorities for commissioning the equipment and the switchyard. However necessary fee shall be
reimbursed by DTL on production of requisite documents.

11.0 PACKAGING & PROTECTION


11.1 All the equipments shall be suitably protected, coated, covered or boxed and crated to prevent
damage or deterioration during transit, handling and storage at Site till the time of erection. On
request of the Purchaser, the Contractor shall also submit packing details/associated drawing for
any equipment/material under his scope of supply, to facilitate the Purchaser to repack any
equipment/material at a later date, in case the need arises. While packing all the materials, the
limitation from the point of view of availability of Railway wagon sizes in India should be taken into
account. The Contractor shall be responsible for any loss or damage during transportation,
handling and storage due to improper packing. Any demurrage, wharfage and other such charges
claimed by the transporters, railways etc. shall be to the account of the Contractor. Purchaser
takes no responsibility of the availability of the wagons.

11.2 All coated surfaces shall be protected against abrasion, impact, discolouration and any other
damages. All exposed threaded portions shall be suitably protected with either a metallic or a non-
metallic protecting device. All ends of all valves and pipings and conduit equipment connections
shall be properly sealed with suitable devices to protect them from damage.

12.0 FINISHING OF METAL SURFACES


12.1 All metal surfaces shall be subjected to treatment for anti-corrosion protection. All ferrous surfaces
for external use unless otherwise stated elsewhere in the specification or specifically agreed, shall
be hot-dip galvanized after fabrication. High tensile steel nuts & bolts and spring washers shall be
electro galvanized to service condition 4. All steel conductors including those used for
earthing/grounding (above ground level) shall also be galvanized according to IS: 2629.

12.2 HOT DIP GALVANISING


12.2.1 The minimum weight of the zinc coating shall be 610 gm/sq. m and minimum thickness of coating
shall be 85 microns for all items thicker than 6mm. For items lower than 6mm thickness
requirement of coating thickness shall be as per relevant ASTM. For surface which shall be
embedded in concrete, the zinc coating shall be 610 gm/sq. m minimum.

______________________________________________________________________________________
Section 3 : GTR Page 11 of 39
12.2.2 The galvanized surfaces shall consist of a continuous and uniform thick coating of zinc, firmly
adhering to the surface of steel. The finished surface shall be clean and smooth and shall be free
from defects like discoloured patches, bare spots, unevenness of coating, spelter which is loosely
attached to the steel globules, spiky deposits, blistered surface, flaking or peeling off, etc. The
presence of any of these defects noticed on visual or microscopic inspection shall render the
material liable to rejection.

12.2.3 After galvanizing. no drilling or welding shall be performed on the galvanized parts of the
equipment excepting that nuts may be threaded after galvanizing. Sodium dichromate treatment
shall be provided to avoid formation of white rust after hot dip galvanization.

12.2.4 The galvanized steel shall be subjected to six one minute dips in copper sulphate solution as per
IS-2633.

12.2.5 Sharp edges with radii less than 2.5 mm shall be able to withstand four immersions of the Standard
Preece test. All other coatings shall withstand six immersions. The following galvanizing tests
should essentially be performed as per relevant Indian Standards.
- Coating thickness
- Uniformity of zinc
- Adhesion test
- Mass of zinc coating

12.2.6 Galvanised material must be transported properly to ensure that galvanised surfaces are not
damaged during transit. Application of zinc rich paint at site shall not be allowed.

12.3 PAINTING
12.3.1 All sheet steel work shall be degreased, pickled, phosphated in accordance with the IS-6005
“Code of practice for phosphating iron and sheet”. All surfaces, which will not be easily accessible
after shop assembly, shall beforehand be treated and protected for the life of the equipment. The
surfaces, which are to be finished painted after installation or require corrosion protection until
installation, shall be shop painted with at least two coats of primer. Oil, grease, dirt and swaf shall
be thoroughly removed by emulsion cleaning. Rust and scale shall be removed by pickling with
dilute acid followed by washing with running water, rinsing with slightly alkaline hot water and
drying.

12.3.2 After phosphating, thorough rinsing shall be carried out with clean water followed by final rinsing
with dilute dichromate solution and oven drying. The phosphate coating shall be sealed with
application of two coats of ready mixed, stoving type zinc chromate primer. The first coat may be
“flash dried” while the second coat shall be stoved.

12.3.3 After application of the primer, two coats of finishing synthetic enamel paint shall be applied, each
coat followed by stoving. The second finishing coat shall be applied after inspection of first coat of
painting.

12.3.4 The exterior colour of the paint shall be as per shade no: 697 (for outdoor) & 692 (for indoor) of IS-
5 and inside shall be glossy white for all equipment, marshalling boxes, junction boxes, control
cabinets, panels etc. unless specifically mentioned under respective sections of the equipments.
Each coat of primer and finishing paint shall be of slightly different shade to enable inspection of
the painting. A small quantity of finishing paint shall be supplied for minor touching up required at
site after installation of the equipments.

12.3.5 In case the Bidder proposes to follow his own standard surface finish and protection procedures or
any other established painting procedures, like electrostatic painting etc., the procedure shall be
submitted alongwith the Bids for Purchaser’s review & approval.

12.3.6 The colour scheme as given below shall be followed for Fire Protection and Air Conditioning
systems
S.No PIPE LINE Base colour Band colour

Fire Protection System


1 Hydrant and Emulsifier system FIRE RED -
pipeline
2 Emulsifier system detection line FIRE RED Sea Green
– water
3 Emulsifier system detection line FIRE RED Sky Blue
______________________________________________________________________________________
Section 3 : GTR Page 12 of 39
–Air
4 Pylon support pipes FIRE RED
Air Conditioning System
5 Refrigerant gas pipeline – at Canary Yellow -
compressor suction
6 Refrigerant gas pipeline – at Canary Yellow Red
compressor discharge
7 Refrigerant liquid pipeline Dark Admiralty -
Green
8 Chilled water pipeline Sea Green -
9 Condenser water pipeline Sea Green Dark Blue
The direction of flow shall be marked by → (arrow) in black colour.

Base Colour Direction of flow Band Colour

13.0 HANDLING, STORING AND INSTALLATION


13.1 In accordance with the specific installation instructions as shown on manufacturer’s drawings or as
directed by the Purchaser or his representative, the Contractor shall unload, store, erect, install,
wire, test and place into commercial use all the equipment included in the contract. Equipment
shall be installed in a neat, workmanlike manner so that it is level, plumb, square and properly
aligned and oriented. Commercial use of switchyard equipment means completion of all site tests
specified and energisation at rated voltage.

13.2 Contractor may engage manufacturer’s Engineers to supervise the unloading, transportation to
site, storing, testing and commissioning of the various equipment being procured by them
separately. Contractor shall unload, transport, store, erect, test and commission the equipment as
per instructions of the manufacturer’s supervisory Engineer(s) and shall extend full cooperation to
them.

13.3 In case of any doubt/misunderstanding as to the correct interpretation of manufacturer’s drawings


or instructions, necessary clarifications shall be obtained from the Purchaser. Contractor shall be
held responsible for any damage to the equipment consequent to not following manufacturer’s
drawings/instructions correctly.

13.4 Where assemblies are supplied in more than one section, Contractor shall make all necessary
mechanical and electrical connections between sections including the connection between buses.
Contractor shall also do necessary adjustments/alignments necessary for proper operation of
circuit breakers, isolators and their operating mechanisms. All components shall be protected
against damage during unloading, transportation, storage, installation, testing and commissioning.
Any equipment damaged due to negligence or carelessness or otherwise shall be replaced by the
Contractor at his own expense.

13.5 Contractor shall be responsible for examining all the shipment and notify the Purchaser
immediately of any damage, shortage, discrepancy etc. for the purpose of Purchaser’s information
only. The Contractor shall submit to the Purchaser every week a report detailing all the receipts
during the weeks. However, the Contractor shall be solely responsible for any shortages or
damages in transit, handling and/or in storage and erection of the equipment at Site. Any
demurrage, wharfage and other such charges claimed by the transporters, railways etc. shall be to
the account of the Contractor.

13.6 The Contractor shall be fully responsible for the equipment/material until the same is handed over
to the Purchaser in an operating condition after commissioning. Contractor shall be responsible for
the maintenance of the equipment/material while in storage as well as after erection until taken
over by Purchaser, as well as protection of the same against theft, element of nature, corrosion,
damages etc.

13.7 Where material / equipment is unloaded by Purchaser before the Contractor arrives at site or even
when he is at site, Purchaser by right can hand over the same to Contractor and there upon it will
be the responsibility of Contractor to store the material in an orderly and proper manner.

13.8 The Contractor shall be responsible for making suitable indoor storage facilities, to store all
equipment which requires indoor storage.

13.9 The words ‘erection’ and ‘installation’ used in the specification are synonymous.

______________________________________________________________________________________
Section 3 : GTR Page 13 of 39
13.10 Exposed live parts shall be placed high enough above ground to meet the requirements of
electrical and other statutory safety codes.

13.11 The design and workmanship shall be in accordance with the best engineering practices to ensure
satisfactory performance throughout the service life. If at any stage during the execution of the
Contract, it is observed that the erected equipment(s) do not meet the above minimum clearances
as given in clause 4.7.1 the Contractor shall immediately proceed to correct the discrepancy at his
risks and cost.

13.12 Equipment Bases


A cast iron or welded steel base plate shall be provided for all rotating equipment which is to be
installed on a concrete base unless otherwise agreed to by the Purchaser. Each base plate shall
support the unit and its drive assembly, shall be of a neat design with pads for anchoring the units,
shall have a raised lip all around, and shall have
threaded drain connections.

14.0 TOOLS AND TACKLES


The Contractor shall supply with the equipment one complete set of all special tools and tackles for
the erection, assembly, dis-assembly and maintenance of the equipment. However, these tools
and tackles shall be separately, packed and brought on to Site.

15.0 AUXILIARY SUPPLY


15.1 The sub-station auxiliary supply is normally met through a system indicated under section
“Electrical & Mechanical Auxiliaries” having the following parameters. The auxiliary power for
station supply, including the equipment drive, cooling system of any equipment, air-conditioning,
lighting etc shall be designed for the specified Parameters as under. The DC supply for the
instrumentation shall also conform the parameters as indicated in the following.
—————————————————————————————————————————-
Normal Variation Frequency Phase Neutral
Voltage in Voltage in HZ /Wire
connection
—————————————————————————————————————————
415V +/- 10% 50 +/- 5% 3/ 4 Wire Solidly Earthed

240V +/- 10% 50 +/- 5% 1/ 2 Wire Solidly Earthed

220V 190V to240V DC - Isolated 2 wire


System
50V _ DC _ 2 wire system
(+) earthed
—————————————————————————————————————————
Combined variation of voltage and frequency shall be limited to +/-10%.

16.0 SUPPORT STRUCTURE


The Contractor is required to supply standard structures of various equipments. Bidder may also
refer relevant Clauses of Section (Civil) in this regard.

17.0 CLAMPS AND CONNECTORS INCLUDING TERMINAL CONNECTORS


17.1 All power clamps and connectors shall conform to IS:5561 & NEM CC1 and shall be made of
materials listed below :

a) For connecting Aluminum alloy casting,


ACSR conductors conforming to designation A6
of IS:617 and all test shall
` conform to IS:617

b) For connecting Bimetallic connectors made


equipment ter- from aluminum alloy casting,
minals made of conforming to designation A6
copper with of IS 617 with 2mm thick
ACSR conductors bimetallic liner and all test
shall conform to IS:617
c) For connecting G.I Galvanised mild steel shield
wire
______________________________________________________________________________________
Section 3 : GTR Page 14 of 39
i) Bolts, nuts & i) Electrogalvanised for sizes
Plain, washers below M12, for others hot
dip galvanised.

ii) Spring washers ii) Electro-galvanised mild


for items steel suitable for atleast
‘a’ to ‘c’ service condition-3 as per
IS:1573

17.2 Each equipment shall be supplied with the necessary terminals and connectors, as required by the
ultimate design for the particular installation. The conductor terminations of equipment shall be
either expansion, sliding or rigid type suitable for 4" IPS (OD : 114.2 mm, ID: 97.18 mm) aluminum
tube or suitable for Quad/Twin ACSR / AAAC Conductor (250 mm Sub- Conductor spacing for 220
kV). The requirement regarding external corona and RIV as specified for any equipment shall
include its terminal fittings and the equipment shall be factory tested with the connectors in
position. If corona rings are required to meet these requirements they shall be considered as part
of that equipment and included in the scope of work.

17.3 Where copper to aluminum connections are required, bi-metallic clamps shall be used, which shall
be properly designed to ensure that any deterioration of the connection is kept to a minimum and
restricted to parts which are not current carrying or subjected to stress. The design details of the
joint shall be furnished to the Purchaser by the Contractor.

17.4 Low voltage connectors, grounding connectors and accessories for grounding all equipment as
specified in each particular case, are also included in the scope of Work.

17.5 No current carrying part of any clamp shall be less than 10 mm thick. All ferrous parts shall be hot
dip galvanised. Copper alloy liner of minimum 2 mm thickness shall be cast integral with aluminum
body for Bi-metallic clamps.

17.6 All casting shall be free from blow holes, surface blisters, cracks and cavities. All sharp edges and
corners shall be blurred and rounded off.

17.7 Flexible connectors, braids or laminated straps made for the terminal clamps for bus posts shall be
suitable for both expansion or through (fixed/sliding) type connection of 4" IPS AL. tube as
required. In both the cases the clamp height (top of the mounting pad to centre line of the tube)
should be same.

17.8 Clamp shall be designed to carry the same current as the conductor and the temperature rise shall
be equal or less than that of the conductor at the specified ambient temperature. The rated current
for which the clamp/connector is designed with respect to the specified reference ambient
temperature, shall also be indelibly marked on each component of the clamp/connector, except on
the hardware.

17.9 All current carrying parts shall be designed and manufactured to have minimum contact
resistance.

17.10 Clamps and connectors shall be designed to be corona controlled. Corona extinction voltage for
220 kV class clamps shall not be less than 156 kV and R.I.V. level shall not be more than 1000
micro volts at the test voltage specified in respective sections.

17.11 Tests
17.11.1 Clamps and connectors should be type tested as per IS:5561 and shall also be subjected to
routine tests as per IS:5561. Following type test reports on three samples of similar type shall be
submitted for approval as per clause 9.2 above except for sl. no.(ii) & (iii) for which type test once
conducted shall be applicable (i.e. the requirement of test conducted within last five years shall
not be applicable).

i) Temperature rise test (maximum temperature rise allowed is 35°


C over 50°C ambient)
ii) Short time current test
iii) Corona (dry) and RIV (dry) test (for 220 KV and above voltage
level clamps)
iv) Resistance test and tensile test
______________________________________________________________________________________
Section 3 : GTR Page 15 of 39
18.0 CONTROL CABINETS, JUNCTION BOXES, TERMINAL BOXES & MARSHALLING BOXES
FOR OUTDOOR EQUIPMENT
18.1 All types of boxes, cabinets etc. shall generally conform to & be tested in accordance with IS-
5039/IS-8623, IEC-439, as applicable, and the clauses given below:

18.2 Control cabinets, junction boxes, Marshalling boxes & terminal boxes shall be made of sheet steel
or aluminum enclosure and shall be dust, water and vermin proof. Sheet steel used shall be atleast
2.0 mm thick cold rolled or 2.5 mm hot rolled. The box shall be properly braced to prevent
wobbling. There shall be sufficient reinforcement to provide level surfaces, resistance to vibrations
and rigidity during transportation and installation. In case of aluminum enclosed box the thickness
of aluminum shall be such that it provides adequate rigidity and long life as comparable with sheet
steel of specified thickness.

18.3 Cabinet/boxes shall be free standing floor mounting type, wall mounting type or pedestal mounting
type as per requirements. A canopy and sealing arrangements for operating rods shall be provided
in marshalling boxes / Control cabinets to prevent ingress of rain water.

18.4 Cabinet/boxes shall be provided with double hinged doors with padlocking arrangements. The
distance between two hinges shall be adequate to ensure uniform sealing pressure against
atmosphere. The quality of the gasket shall be such that it does not get damaged/cracked during
the operation of the equipment.

18.5 All doors, removable covers and plates shall be gasketed all around with suitably profiled EPDM
gaskets. The gasket shall be tested in accordance with approved quality plan. The quality of
gasket shall be such that it does not get damaged/cracked during the ten years of operation of the
equipment or its major overhaul whichever is earlier. All gasketed surfaces shall be smooth
straight and reinforced if necessary to minimize distortion and to make a tight seal. Ventilating
Louvers, if provided, shall have screen and filters. The screen shall be fine wire mesh made of
brass.

18.6 All boxes/cabinets shall be designed for the entry of cables from bottom by means of weather
proof and dust-proof connnections. Boxes and cabinets shall be designed with generous
clearances to avoid interference between the wiring entering from below and any terminal blocks
or accessories mounted within the box or cabinet. Suitable cable gland plate projecting at least
150 mm above the base of the marshalling kiosk/box shall be provided for this purpose along with
the proper blanking plates. Necessary number of cable glands shall be supplied and fitted on this
gland plate. The gland shall project at least 25mm above gland plate to prevent entry of moisture
in cable crutch. Gland plate shall have provision for some future glands to be provided later, if
required. The Nickel plated glands shall be dust proof, screw on & double compression type and
made of brass. The gland shall have provision for securing armour of the cable separately and
shall be provided with earthing tag. The glands shall conform to BS:6121.

18.7 A 240V, single phase, 50 Hz, 15 amp AC plug and socket shall be provided in the cabinet with ON-
OFF switch for connection of hand lamps. Plug and socket shall be of industrial grade.

18.8 For illumination of a 20 Watts flourscent tube or 15 watts CFL shall be provided. The switching of
the fittings shall be controlled by the door switch.

18.9 All control switches shall be of rotary switch type and Toggle/piano switches shall not be accepted.
However, Spring return type actuator switch for ON/Off control are acceptable.

18.10 Positive earthing of the cabinet shall be ensured by providing two separate earthing pads. The
earth wire shall be terminated on to the earthing pad and secured by the use of self etching
washer. Earthing of hinged door shall be done by using a separate earth wire.

18.11 The bay marshalling kiosks shall be provided with danger plate and a diagram showing the
numbering/connection/feruling by pasting the same on the inside of the door.

18.12 a) The following routine tests alongwith the routine tests as per IS:5039 shall also be
conducted:
i) Check for wiring
ii) Visual and dimension check
______________________________________________________________________________________
Section 3 : GTR Page 16 of 39
b) The enclosure of bay marshalling kiosk, junction box, terminal box shall conform to IP-55 as
per IS:13947 including application of, 2.5 KV rms for 1 (one) minute, insulation resistance
and functional test after IP-55 test.

19.0 Auxiliary Switches (Applicable for isolators and circuit breakers)


The following type test reports on auxiliary switches shall be submitted for approval:

(a) Electrical endurance test - A minimum of 2000 operation for 2A D. C. with a time constant greater
than or equal to 20 millisecond with a subsequent examination of mV drop/visual
defects/temperature rise test.
(b) Mechanical endurance test. A minimum of 1,00,000 operations with a subsequent checking of
contact pressure test/visual examination.
(c) Heat run test on contacts.
(d) IR/HV test etc.

20.0 TERMINAL BLOCKS AND WIRING


20.1 Control and instrument leads from the switchboards or from other equipment will be brought to
terminal boxes or control cabinets in conduits. All interphase and external connections to
equipment or to control cubicles will be made through terminal blocks.

20.2 Terminal blocks shall be 650 V grade and have continuous rating to carry the maximum expected
current on the terminals. These shall be of moulded piece, complete with insulated barriers, stud
type terminals, washers, nuts and lock nuts. Screw clamp, overall insulated, insertion type, rail
mounted terminals can be used in place of stud type terminals. But preferably the terminal blocks
shall be nondisconnecting stud type equivalent to Elmex type CATM4, Phoenix cage clamp type of
Wago or equivalent.

20.3 Terminal blocks for current transformer and voltage transformer secondary leads shall be provided
with test links and isolating facilities. The current transformer secondary leads shall also be
provided with short circuiting and earthing facilities.

20.4 The terminal shall be such that maximum contact area is achieved when a cable is terminated.
The terminal shall have a locking characteristic to prevent cable from escaping from the terminal
clamp unless it is done intentionally.

20.5 The conducting part in contact with cable shall preferably be tinned or silver plated however Nickel
plated copper or zinc plated steel shall also be acceptable.
20.6 The terminal blocks shall be of extensible design.
20.7 The terminal blocks shall have locking arrangement to prevent its escape from the mounting rails.
20.8 The terminal blocks shall be fully enclosed with removable covers of transparent, non-deteriorating
type plastic material. Insulating barriers shall be provided between the terminal blocks. These
barriers shall not hinder the operator from carrying out the wiring without removing the barriers.

20.9 Unless otherwise specified terminal blocks shall be suitable for connecting the following
conductors on each side.

a) All circuits except Minimum of two of 2.5 sq mm CT circuits copper flexible.


b) All CT circuits Minimum of 4 nos. of 2.5 sq mm copper flexible.

20.10 The arrangements shall be in such a manner so that it is possible to safely connect or disconnect
terminals on live circuits and replace fuse links when the cabinet is live.

20.11 Atleast 20 % spare terminals shall be provided on each panel/cubicle/box and these spare
terminals shall be uniformly distributed on all terminals rows.

20.12 There shall be a minimum clearance of 250 mm between the First/bottom row of terminal block
and the associated cable gland plate. Also the clearance between two rows of terminal blocks shall
be a minimum of 150 mm.

20.13 The Contractor shall furnish all wire, conduits and terminals for the necessary interphase electrical
connections (where applicable) as well as between phases and common terminal boxes or control
cabinets.

20.14 All input and output terminals of each control cubicle shall be tested for surge withstand capability
in accordance with the relevant IEC Publications, in both longitudinal and transverse modes. The
______________________________________________________________________________________
Section 3 : GTR Page 17 of 39
Contractor shall also provide all necessary filtering, surge protection, interface relays and any
other measures necessary to achieve an impulse withstand level at the cable interfaces of the
equipment

21.0 LAMPS AND SOCKETS

21.1 Lamps
All incandescent lamps shall use a socket base as per IS-1258, except in the case of signal lamps.

21.2 Sockets
All sockets (convenience outlets) shall be suitable to accept both 5 Amp & 15 Amp pin round
Standard Indian plugs. They shall be switched sockets with shutters.

21.3 Hand Lamp:


A 240 Volts, single Phase, 50 Hz AC plug point shall be provided in the interior of each cubicle
with ON-OFF Switch for connection of hand lamps.

21.4 Switches and Fuses:


21.4.1 Each panel shall be provided with necessary arrangements for receiving, distributing, isolating and
fusing of DC and AC supplies for various control, signalling, lighting and space heater circuits. The
incoming and sub-circuits shall be separately provided with switchfuse units. Selection of the main
and Sub-circuit fuse ratings shall be such as to ensure selective clearance of sub-circuit faults.
Potential circuits for relaying and metering shall be protected by HRC fuses.

21.4.2 All fuses shall be of HRC cartridge type conforming to IS: 9228 mounted on plug-in type fuse
bases. Miniature circuit breakers with thermal protection and alarm contacts will also be accepted.
All accessible live connection to fuse bases shall be adequately shrouded. Fuses shall have
operation indicators for indicating blown fuse condition. Fuse carrier base shall have imprints of the
fuse rating and voltage.

22.0 Bushings, Hollow Column Insulators, Support Insulators:


22.1 Bushings shall be manufactured and tested in accordance with IS: 2099 & IEC: 137 while hollow
column insulators shall be manufactured and tested in accordance with IEC 233/IS 5621. The
support insulators shall be manufactured and tested as per IS 2544/IEC 168 and IEC 273. The
insulators shall also conform to IEC 815 as applicable. The bidder may also offer composite silicon
insulator, conforming to IEC-61109.

22.2 Support insulators, bushings and hollow column insulators shall be manufactured from high quality
porcelain. Porcelain used shall be homogeneous, free from laminations, cavities and other flaws or
imperfections that might affect the mechanical or dielectric quality and shall be thoroughly vitrified
tough and impervious to moisture.

22.3 Glazing of the porcelain shall be uniform brown in colour, free from blisters, burrs and similar other
defects.

22.4 Support insulators/bushings/hollow column insulators shall be designed to have ample insulation,
mechanical strength and rigidity for the conditions under which they will be used.

22.5 When operating at normal rated voltage there shall be no electric discharge between the
conductors and bushing which would cause corrosion or injury to conductors, insulators or
supports by the formation of substances produced by chemical action. No radio interference shall
be caused by the insulators/bushings when operating at the normal rated voltage.

22.6 Bushing porcelain shall be robust and capable of withstanding the internal pressures likely to occur
in service. The design and location of clamps and the shape and the strength of the porcelain
flange securing the bushing to the tank shall be such that there is no risk of fracture. All portions of
the assembled porcelain enclosures and supports other than gaskets, which may in any way be
exposed to the atmosphere shall be composed of completely non hygroscopic material such as
metal or glazed porcelain.

22.7 All iron parts shall be hot dip galvanised and all joints shall be air tight. Surface of joints shall be
trued up porcelain parts by grinding and metal parts by machining. Insulator/bushing design shall
be such as to ensure a uniform compressive pressure on the joints.

______________________________________________________________________________________
Section 3 : GTR Page 18 of 39
22.8 Tests
In bushing, hollow column insulators and support insulators shall conform to type tests and shall
be subjected to routine tests in accordance with IS: 2099 & IS: 2544 & IS : 5621. The type test
reports shall be submitted for approval.

23.0 Motors
Motors shall be “Squirrel Cage” three phase induction motors of sufficient size capable of
satisfactory operation for the application and duty as required for the driven equipment and shall
be subjected to routine tests as per applicable standards. The motors shall be of approved make.

23.1 Enclosures
a) Motors to be installed outdoor without enclosure shall have hose proof enclosure equivalent to
IP 55 as per IS: 4691. For motors to be installed indoor i.e. inside a box, the motor enclosure,
shall be dust proof equivalent to IP 44 as per IS: 4691.
b) Two independent earthing points shall be provided on opposite sides of the motor for bolted
connection of earthing conductor.
c) Motors shall have drain plugs so located that they will drain water resulting from condensation or
other causes from all pockets in the motor casing.
d) Motors weighing more than 25 Kg. shall be provided with eyebolts, lugs other means to
facilitate lifting.

23.2 Operational Features


a) Continuous motor rating (name plate rating) shall be at least ten (10) percent above the
maximum load demand of the driven equipment at design duty point and the motor shall not be
over loaded at any operating point of driven equipment that will rise
in service.
b) Motor shall be capable at giving rated output without reduction in the expected life span when
operated continuously in the system having the particulars as given in Clause 15.0 of this
Section.

23.3 Starting Requirements:


a) All induction motors shall be suitable for full voltage direct-online starting. These shall be
capable of starting and accelerating to the rated speed alongwith the driven equipment without
exceeding the acceptable winding temperature even when the supply voltage drops down to
80% of the rated voltage.
b) Motors shall be capable of withstanding the electrodynamic stresses and heating imposed if it is
started at a voltage of 110% of the rated value.
c) The locked rotor current shall not exceed six (6) times the rate full load current for all motors,
subject to tolerance as given in IS: 325.
d) Motors when started with the driven equipment imposing full starting torque under the supply
voltage conditions specified under Clause 15.0 shall be capable of withstanding atleast two
successive starts from cold condition at room temperature and one start from hot condition
without injurious heating of winding. The motors shall also be suitable for three equally spread
starts per hour under the above referred supply condition.
e) The locked rotor withstand time under hot condition at 110% of rated voltage shall be more than
starting time with the driven equipment of minimum permissible voltage by at least two seconds
or 15% of the accelerating time whichever is greater. In case it is not possible to meet the above
requirement, the Bidder shall offer centrifugal type speed switch mounted on the motor shaft
which shall remain closed for speed lower than 20% and open for speeds above 20% of the
rated speed. The speed switch shall be capable of withstanding 120% of the rated speed in
either direction of rotation.

23.4 Running Requirements:


a) The maximum permissible temperature rise over the ambient temperature of 50 degree C shall
be within the limits specified in IS: 325 (for 3 - phase induction motors) after adjustment due to
increased ambient temperature specified.
b) The double amplitude of motor vibration shall be within the limits specified in IS: 4729. Vibration
shall also be within the limits specified by the relevant standard for the driven equipment when
measured at the motor bearings.
c) All the induction motors shall be capable of running at 80% of rated voltage for a period of 5
minutes with rated load commencing from hot condition.

23.5 TESTING AND COMMISSIONING


An indicative list of tests is given below. Contractor shall perform any additional test based on
specialties of the items as per the field Q.P./Instructions of the equipment Contractor or Purchaser
______________________________________________________________________________________
Section 3 : GTR Page 19 of 39
without any extra cost to the Purchaser. The Contractor shall arrange all instruments required for
conducting these tests along with calibration certificates and shall furnish the list of instruments to
the Purchaser for approval.

(a) Insulation resistance.


(b) Phase sequence and proper direction of rotation.
(c) Any motor operating incorrectly shall be checked to determine the cause and the conditions
corrected.

24.0 TECHNICAL REQUIREMENT OF EQUIPMENTS


24.1 Circuit Breakers
a. The manufacturer(s) whose Circuit Breaker are offered should have designed, manufactured
tested as per IEC/IS or equivalent standard supplied the same for the specified system voltage
and which are in satisfactory operation for at least 2 (two) years as on the date of bid opening.
Or
b. The manufacturer(s) whose Circuit Breaker are offered who have recently established production
line in India for the specified system voltage or above class, based on technological support of a
parent company or collaborator for the respective equipment(s) can also be considered provided
the parent company (Principal) or collaborator meets qualifying requirements stipulated under
clause no 24.1.a given above.
And
Furnishes (jointly with parent company or collaborator) a legally enforceable undertaking to
guarantee quality, timely supply, performance and warranty obligations as specified for the
equipment(s)
And
Furnishes a confirmation letter from the parent company or collaborator alongwith the bid stating
that parent company or collaborator shall furnish performance guarantee for an amount of 10% of
the cost of such equipment(s). This performance guarantee shall be in addition to contract
performance guarantee to be submitted by the Bidder

24.2 Isolators
The manufacturer whose isolators are offered, should have designed, manufactured, tested as per
IEC/IS or equivalent standard and supplied the isolator for the specified system voltage and fault
level and should be in satisfactory operation for at least 2 (two) years as on the date of bid
opening.

24.3 Instrument Transformers


The manufacturer whose instrument transformers are offered, should have designed,
manufactured & tested as per IS/IEC or equivalent standard and supplied the same for the
specified system voltage for CT & CVT and fault level in case of CT. These equipment should be
in satisfactory operation for at least 2 (two) years as on the date of bid opening.

24.4 Surge Arresters


The manufacturer whose Surge Arresters are offered should have designed, manufactured and
tested as per IEC/IS or equivalent standard and supplied the Surge Arrester for the specified
energy capability with rated system voltage and which are in satisfactory operation for at least 2
(two) years as on the date of bid opening.

24.5 1.1 kV Grade Power & Control Cables


24.5.1 Applicable for PVC Control Cable
The manufacturers, whose PVC control cables are offered, should have designed, manufactured,
tested and supplied in a single contract at least 100 Kms of 1.1 kV grade PVC insulated control
cables as on the date of bid opening. Further the manufacturer should also have designed,
manufactured, tested and supplied at least 1 km of 27C x 2.5 Sq.mm or higher size as on the date
of bid opening.

24.5.2 Applicable for PVC Power Cable


The manufacturer, whose PVC Power Cables are offered, should have designed, manufactured,
tested and supplied in a single contract atleast 100 Kms of 1.1 kV or higher grade PVC insulated
power cables as on the date of bid opening . Further the manufacturer should also have designed,
manufactured, tested and supplied at least 1 km of 1C x 150 Sq. mm or higher size as on the date
of bid opening.

______________________________________________________________________________________
Section 3 : GTR Page 20 of 39
24.5.3 Applicable for XLPE Power Cables
The Manufacturer, whose XLPE Power cables are offered, should have designed, manufactured,
tested and supplied in a single contract atleast 25 Kms of 1.1 kV or higher grade XLPE insulated
power cables as on the date of bid opening . Further the manufacturer should also have designed,
manufactured, tested and supplied at least 1 km of 1C x 630 Sq. mm or higher size as on the date
of bid opening.

24.6 LT Switchgear
24.6.1 The Manufacturer whose LT Switchgear are offered, should be a manufacturer of LT Switchboards
of the type and rating being offered. He should have designed, manufactured, tested and supplied
at least 50 nos. draw out circuit breaker panels, out of which at least 5 nos. should have been with
relay and protection schemes with current transformer. He should have also manufactured at least
50 nos. motor control center panels of the type and rating being offered which should be in
successful operation as on date of bid opening.

24.6.2 The Switchgear items (such as circuit breakers, fuse switch units, contactors etc.), may be of his
own make or shall be procured from reputed manufacturers and of proven design. At least one
hundred circuit breakers of the make and type being offered shall be operating satisfactory as on
date of bid opening.

24.7 Battery and Battery Charger

24.7.1 Requirements for Battery Manufacturers


The manufacturer whose Batteries are offered should have designed, manufactured and supplied
DC Batteries of the type specified and being offered, having a capacity of at least 600 AH and
these shall be operating satisfactorily for two years in power sector and/or industrial installations as
on date of bid opening.

24.7.2 Requirements for Battery Charger Manufacturers


The manufacturer, whose Battery Chargers are offered, should have designed, manufactured and
supplied Battery Chargers generally of the type offered, with static automatic voltage regulators
and having a continuous output of atleast ten (10) KW and these should be in successful as on the
date of bid opening.

24.8 LT Transformers
The manufacturer, whose transformers are offered should have designed, manufactured, type
tested including short circuit test as per IEC/IS or equivalent standards and supplied transformers
of at least 33 kV class of 800 kVA or higher. The transformer should have been in successful
operation for at least 2 years as on the date of bid opening.

24.9 Fire Fighting System


Nitrogen Injection Fire Prevention and Extinguishing System shall be used for fire protection of
Transformer. In addition fire protection wall shall be erected between the two transformers which
have adjacent base. Portable Fire Extinguishers shall also be provided.

24.10 Control and Relay Panels


24.10.1 The manufacturer whose C&R panels and protective relay are offered should have designed,
manufactured, tested, installed and commissioned C&R panels including protection relays which
must be in satisfactory operation on 220 kV system for atleast 2 (two) years on the date of bid
opening.

24.10.2 The C&R Panel from a manufacturer whose have designed, manufactured, tested, installed and
commissioned C&R panels which are in satisfactory operation on 220 kV system for atleast 2
(two) years on the date of bid opening can also be offered, provided the protective relay schemes
should be offered from a Contractor who fully meets the requirements stipulated under clause
24.10.1 above. Further, in such an event the manufacturer shall furnish an undertaking jointly
executed by him and his protective relay schemes Supplier, as per the format enclosed in the bid
documents for successful performance of the protection system offered.

______________________________________________________________________________________
Section 3 : GTR Page 21 of 39
ANNEXURE-A

CORONA AND RADIO INTERFERENCE VOLTAGE (RIV) TEST

1. General
Unless otherwise stipulated, all equipment (except Auto Transformer) together with its associated
connectors, where applicable, shall be tested for external corona both by observing the voltage level
for the extinction of visible corona under falling power frequency voltage and by measurement of
radio interference voltage (RIV).

2. Test Levels:
The test voltage levels for measurement of external RIV and for corona extinction voltage are listed
under the relevant clauses of the specification.

3. Test Methods for RIV:


3.1 RIV tests shall be made according to measuring circuit as per International Special-Committee on
Radio Interference (CISPR) Publication 16-1(1993) Part -1. The measuring circuit shall preferably be
tuned to frequency with 10% of 0.5 Mhz but other frequencies in the range of 0.5 MHz to 2 MHz may
be used, the measuring frequency being recorded. The results shall be in microvolts.

3.2 Alternatively, RIV tests shall be in accordance with NEMA standard Publication No. 107-1964,
except otherwise noted herein.

3.3 In measurement of, RIV, temporary additional external corona shielding may be provided. In
measurements of RIV only standard fittings of identical type supplied with the equipment and a
simulation of the connections as used in the actual installation will be permitted in the vicinity within
3.5 meters of terminals.

3.4 Ambient noise shall be measured before and after each series of tests to ensure that there is no
variation in ambient noise level. If variation is present, the lowest ambient noise level will form basis
for the measurements. RIV levels shall be measured at increasing and decreasing voltages of 85%,
100%, 115% and 130% of the specified RIV test voltage for all equipment unless otherwise
specified. The specified RIV test voltage for 220 kV is listed in the detailed specification together
with maximum permissible RIV level in microvolts.

3.5 The metering instruments shall be as per CISPR recommendation or equivalent device so long as it
has been used by other testing authorities.

3.6 The RIV measurement may be made with a noise meter. A calibration procedure of the frequency to
which noise meter shall be tuned shall establish the ratio of voltage at the high voltage terminal to
voltage read by noise meter.

4.0 Test Methods for Visible Corona


The purpose of this test is to determine the corona extinction voltage of apparatus, connectors etc.
The test shall be carried out in the same manner as RIV test described above with the exception
that RIV measurements are not required during test and a search technique shall be used near the
onset and extinction voltage, when the test voltage is raised and lowered to determine their precise
values. The test voltage shall be raised to 130% of RIV test voltage and maintained there for five
minutes. In case corona inception does not take place at 130 %, test shall be stopped, otherwise
test shall be continued and the voltage will then be decreased slowly until all visible corona
disappears. The procedure shall be repeated at least 4 times with corona inception and extinction
voltage recorded each time. The corona extinction voltage for purposes of determining compliance
with the specification shall be the lowest of the four values at which visible corona (negative or
positive polarity) disappears. Photographs with laboratory in complete darkness shall be taken
under test conditions, at all voltage steps i.e. 85%, 100%, 115% and 130%. Additional photographs
shall be taken at corona inception and extinction voltages. At least two views shall be photographed
in each case using Panchromatic film with an ASA daylight rating of 400 with an exposure of two
minutes at a lens aperture of f/5.6 or equivalent. The photographic process shall been such that
prints are available for inspection and comparison with conditions as determined from direct
observation. Photographs shall be taken from above and below the level of connector so as to show
corona on bushing, insulators and all parts of energised connectors. The photographs shall be
framed such that test object essentially, fills the frame with no cut-off.

______________________________________________________________________________________
Section 3 : GTR Page 22 of 39
4.1 The test shall be recorded on each photograph. Additonal photograph shall be taken from each camera
position with lights on to show the relative position of test object to facilitate precise corona location
from the photographic evidence.

4.2 In addition to photographs of the test object preferably four photographs shall be taken of the complete
test assembly showing relative positions of all the test equipment and test objects. These four
photographs shall be taken from four points equally spaced around the test arrangement to show its
features from all sides. Drawings of the laboratory and test set up locations shall be provided to
indicate camera positions and angles. The precise location of camera shall be approved by
Purchaser’s inspector, after determining the best camera locations by trial energisation of test object at
a voltage which results in corona.

4.3 The test to determine the visible corona extinction voltage need not be carried out simultaneously with
test to determine RIV levels.

4.4 However, both test shall be carried out with the same test set up and as little time duration between
tests as possible. No modification on treatment of the sample between tests will be allowed.
Simultaneous RIV and visible corona extinction voltage testing may be permitted at the discretion of
Purchaser’s inspector if, in his opinion, it will not prejudice other test.

5. Test Records:
In addition to the information previously mentioned and the requirements specified as per CISPR or
NEMA 107-1964 the following data shall be included in test report:

a) Background noise before and after test.


b) Detailed procedure of application of test voltage.
c) Measurements of RIV levels expressed in micro volts at each level.
d) Results and observations with regard to location and type interference sources detected at each
step.
e) Test voltage shall be recorded when measured RIV passes through 100 microvolts in each
direction.
f) Onset and extinction of visual corona for each of the four tests required shall be recorded.

______________________________________________________________________________________
Section 3 : GTR Page 23 of 39
ANNEXURE – B

SEISMIC WITHSTAND TEST PROCEDURE

The seismic withstanding test on the complete equipment (except Auto Transformer) shall be carried out
alongwith supporting structure. The Bidder shall arrange to transport the structure from his Contractor’s
premises/DTL sites for the purpose of seismic withstand test only.

The seismic level specified shall be applied at the base of the structure. The accelerometers shall be
provided at the Terminal Pad of the equipment and any other point as agreed by the Purchaser. The
seismic test shall be carried out in all possible combinations of the equipment. The seismic test procedure
shall be furnished for approval of the Purchaser.

______________________________________________________________________________________
Section 3 : GTR Page 24 of 39
ANNEXURE - C

LIST OF SPECIFICATIONS

GENERAL STANDARDS AND CODES


India Electricity Rules
Indian Electricity Act
Indian Electricity (Supply) Act
Indian Factories Act

IS-5, - Colors for Ready Mixed Paints and Enamels.


IS-335, - New Insulating Oils.
IS-617, - Aluminium and Aluminium Alloy Ingots and
- Castings for General Engineering Purposes
IS-1448 (P1 to P 145) - Methods of Test for Petroleum and its
Products.
IS-2071 (P1 to P3) - Methods of High Voltage Testing.
IS-12063 - Classification of degrees of protection provided by
enclosures of electrical equipment.
IS-2165
P1:1997 - Insulation Coordination.
P2:1983
IS-3043 - Code of Practice for Earthing
IS-6103 - Method of Test for Specific Resistance(Resistivity) of Electrical
Insulating Liquids
IS-6104 - Method of Test for Interfacial Tension of Oil against Water by
the Ring Method
IS-6262 - Method of test for Power factor & Dielectric
Constant of Electrical Insulating Liquids.
IS-6792 - Method for determination of electric strength
of insulating oils.
IS-5578 - Guide for marking of insulated conductors.

IS-11353 - Guide for uniform system of marking &


identification of conductors & apparatus terminals.
IS-8263 - Methods for Radio Interference Test on High
voltage Insulators.
IS-9224 (Part 1,2&4) - Low Voltage Fuses
IEC-60060 (Part 1 to P4) - High Voltage Test Techniques
IEC 60068 - Environmental Test
IEC-60117 - Graphical Symbols
IEC-60156, - Method for the Determination of the Electrical
Strength of Insulation Oils.
IEC-60270, - Partial Discharge Measurements.
IEC-60376 - Specification and Acceptance of New Sulphur
Hexafloride
IEC-60437 - Radio Interference Test on High Voltage
Insulators.
IEC-60507 - Artificial Pollution Tests on High Voltage
Insulators to be used on AC Systems.
IEC-60694 - Common Specification for High Voltage
Switchgear & Controlgear Standards.
IEC-60815 - Guide for the Selection of Insulators in respect
of Polluted Conditions.
IEC-60865 (P1 & P2) - Short Circuit Current - Calculation of effects.
ANSI-C.1/NFPA.70 - National Electrical Code
ANSI-C37.90A - Guide for Surge Withstand Capability (SWC) Tests
ANSI-C63.21, - Specification for Electromagnetic Noise and
C63.3 - Field Strength Instrumentation 10 KHz to 1 GHZ
C36.4ANSI-C68.1 - Techniquest for Dielectric Tests
ANSI-C76.1/EEE21 - Standard General Requirements and Test Procedure for Outdoor
Apparatus Bushings.
ANSI-SI-4 - Specification for Sound Level Metres
ANSI-Y32-2/C337.2 - Drawing Symbols
______________________________________________________________________________________
Section 3 : GTR Page 25 of 39
ANSI-Z55.11 - Gray Finishes for Industrial Apparatus and Equipment No. 61 Light
Gray
NEMA-107T - Methods of Measurements of RIV of High Voltage Apparatus
NEMA-ICS-II - General Standards for Industrial Control and Systems Part ICSI-109
CISPR-1 - Specification for CISPR Radio Interference Measuring Apparatus for
the frequency range 0.15 MHz to 30 MHz
CSA-Z299.1-1978h - Quality Assurance Program Requirements
CSA-Z299.2-1979h - Quality Control Program Requirements
CSA-Z299.3-1979h - Quality Verification Program Requirements
CSA-Z299.4-1979h - Inspection Program Requirements

TRANSFORMERS AND REACTORS


IS:10028 (Part 2 & 3) - Code of practice for selection, installation &
maintenance of Transformers (P1:1993) (P2:1991), (P3:1991)
IS-2026 (P1 to P4) - Power Transformers
IS-3347 (part 1 to Part 8) - Dimensions for Porcelain transformer Bushings for use in lightly
polluted atmospheres.
IS-3639 - Fittings and Accessories for Power Transformers
IS-6600 - Guide for Loading of Oil immersed Transformers.
IEC-60076 (Part 1 to Part 5) - Power Transformers
IEC-60214 - On-Load Tap-Changers.
IEC-60289 - Reactors.
IEC- 60354 - Loading Guide for Oil - Immersed power transformers
IEC-60076-10 - Determination of Transformer and Reactor Sound Levels
ANSI-C571280 - General requirements for Distribution, Power and Regulating
Transformers
ANSI-C571290 - Test Code for Distribution, Power and Regulation Transformers
ANSI-C5716 - Terminology & Test Code for Current Limiting Reactors
ANSI-C5721 - Requirements, Terminology and Test Code for Shunt Reactors
Rated Over 500 KVA
ANSI-C5792 - Guide for Loading Oil-Immersed Power Transformers upto and
including 100 MVA with 55 deg C or 65 deg C Winding Rise
ANSI-CG,1EEE-4 - Standard Techniques for High Voltage Testing

CIRCUIT BREAKERS
IEC-62271-100 - High Voltage Alternating Current Breakers
IEC-60427 - Synthetic Testing of High Voltage alternating current circuit Breakers.
IEC-61264 - Pressurised Hollow Column Insulators

CURRENT TRANSFORMERS, VOLTAGE TRANSFORMERS AND COUPLING CAPACITOR VOLTAGE


TRANSFORMERS

IS-2705 - (P1 to P4) - Current Transformers.


IS:3156 - (P1 to P4) - Voltage Transformers.
IS-4379 - Identification of the Contents of Industrial Gas Cylinders
IEC-60044-1 - Current transformers.
IEC-60044-2 - Voltage Transformers.
IEC-60358 - Coupling capacitors and capacitor dividers.
IEC-60044-4 - Instrument Transformes : Measurement of Partial Discharges
IEC-60481 - Coupling Devices for power Line Carrier Systems.
ANSI-C5713 - Requirements for Instrument transformers
ANSIC92.2 - Power Line Coupling voltage Transformers
ANSI-C93.1 - Requirements for Power Line Carrier Coupling
Capacitors
BUSHING
IS-2099 - Bushings for Alternating Voltages above1000V
IEC-60137 - Insulated Bushings for Alternating Voltages above1000V

SURGE ARRESTERS
IS-3070 (PART2) - Lightning arresters for alternating current systems :
Metal oxide lightning arrestors without gaps.
IEC-60099-4 - Metal oxide surge arrestors without gaps
IEC-60099-5 - Selection and application recommendation
ANSI-C62.1 - IEE Standards for S A for AC Power Circuits
______________________________________________________________________________________
Section 3 : GTR Page 26 of 39
NEMA-LA 1 - Surge Arresters

CUBICLES AND PANELS & OTHER RELATED EQUIPMENTS


IS-722, IS-1248, - Electrical relays for power system protection
IS-3231, 3231 (P-3)
IS:5039 - Distributed pillars for Voltages not Exceeding 1000 Volts.
IEC-60068.2.2 - Basic environmental testing procedures Part 2: Test B: Dry heat
IEC-60529 - Degree of Protection provided by enclosures.
IEC-60947-4-1 - Low voltage switchgear and control gear.
IEC-61095 - Electromechanical Contactors for household and similar purposes.
IEC-60439 (P1 & 2) - Low Voltage Swtichgear and control gear assemblies
ANSI-C37.20 - Switchgear Assemblies, including metal enclosed bus.
ANSI-C37.50 - Test Procedures for Low Voltage Alternating
Current Power Circuit Breakers
ANSI-C39 - Electric Measuring instrument
ANSI-C83 - Components for Electric Equipment
IS: 8623: (Part I to 3) - Specification for Switchgear & Control Assemblies.
NEMA-AB - Moulded Case Circuit and Systems
NEMA-CS - Industrial Controls and Systems
NEMA-PB-1 - Panel Boards
NEMA-SG-5 - Low voltage Power Circuit breakers
NEMA-SG-3 - Power Switchgear Assemblies
NEMA-SG-6 - Power switching Equipment
NEMA-5E-3 - Motor Control Centers
1248 (P1 to P9) - Direct acting indicating analogue electrical measuring instruments &
their accessories.
Disconnecting switches

IEC-60129 - Alternating Current Disconnectors (Isolators)


and Earthing switches
IEC-1129 - Alternating Current Earthing Switches Induced
Current switching
IEC-60265 (Part 1 & Part 2) - High Voltage switches
ANSI-C37.32 - Schedule of preferred Ratings, Manufacturing
Specifications and Application Guide for high
voltage Air Switches, Bus supports and switch
accessories
ANSI-C37.34 - Test Code for high voltage air switches
NEMA-SG6 - Power switching equipment

PLCC and line traps


IS-8792 - Line traps for AC power system.
IS-8793 - Methods of tests for line traps.
IS-8997 - Coupling devices for PLC systems.
IS-8998 - Methods of test for coupling devices for PLC
systems.
IEC-60353 - Line traps for A.C. power systems.
IEC-60481 - Coupling Devices for power line carrier systems.
IEC-60495 - Single sideboard power line carrier terminals
IEC-60683 - Planning of (single Side-Band) power line carrier systems.
CIGRE - Teleprotection report by Committee 34 & 35.
CIGRE - Guide on power line carrier 1979.
CCIR - International Radio Consultative Committee
CCITT - International Telegraph & Telephone Consultative Committee
EIA - Electric Industries Association

Protection and control equipment

IEC-60051 : (P1 to P9) - Recommendations for Direct Acting indicating


analogue electrical measuring instruments and
their accessories.
IEC-60255 (Part 1 to part 23) - Electrical relays.
IEC-60297
______________________________________________________________________________________
Section 3 : GTR Page 27 of 39
(P1 to P4) - Dimensions of mechanical structures of the
482.6mm (19 inches) series.
IEC-60359 - Expression of the performance of electrical &
electronic measuring equipment.
IEC-60387 - Symbols for Alternating-Current Electricity meters.
IEC-60447 - Man machine interface (MMI) - Actuating
principles.
IEC-60521 - Class 0.5, 1 and 2 alternating current watt
hour metres
IEC-60547 - Modular plug-in Unit and standard 19-inch rack mounting unit based
on NIM Standard (for electronic nuclear instruments)
ANSI-81 - Bolts and Nuts
ANSI-C37.1 - Relays, Station Controls etc.
ANSI-C37.2 - Manual and automatic station control, supervisory and associated
Telemetering equipment
ANSI-C37.2 - Relays and relay systems associated with electric power apparatus
ANSI-C39.1 - Requirements for electrical analog indicating instruments
MOTORS
IS-325 - Three phase induction motors.
IS-4691 - Degree of protection provided by enclosure for rotating electrical
machinery.
IEC-60034 (P1 to P19:) - Rotating electrical machines
IEC-Document 2 - Three phase induction motors (Central Office) NEMA-MGI
Motors and Generators

Electronic equipment and components


MIL-21B, MIL-833 & MIL-2750
IEC-60068 (P1 to P5) - Environmental testing
IEC-60326 (P1 to P2) - Printed boards Material and workmanship standards
IS-1363 (P1 to P3) - Hexagon headbolts, screws and nuts of product grade C.
IS-1364 (P1 to P5) - Hexagon head bolts, screws and nuts of products grades A and B.
IS-3138 - Hexagonal Bolts and Nuts (M42 to M150)
ISO-898 - Fasteners: Bolts, screws and studs
ASTM - Specification and tests for materials

Clamps & connectors


IS-5561 - Electric power connectors.
NEMA-CC1 - Electric Power connectors for sub station
NEMA-CC 3 - Connectors for Use between aluminium or
aluminum- Copper Overhead Conductors
Bus hardware and insulators
IS: 2121 - Fittings for Aluminum and steel cored Al conductors for overhead
power lines.
IS-731 - Porcelain insulators for overhead power lines
with a nominal voltage greater than 1000 V.
IS-2486 (P1 to P4) - Insulator fittings for overhead power lines with a nominal voltage
greater than 1000 V.
IEC-60120 - Dimensions of Ball and Socket Couplings of string insulator units.
IEC-60137 - Insulated bushings for alternating voltages above 1000 V.
IEC-60168 - Tests on indoor and outdoor post insulators of
ceramic material or glass for Systems with
Nominal Voltages Greater than 1000 V.
IEC-60233 - Tests on Hollow Insulators for use in electrical equipment.
IEC-60273 - Characteristices of indoor and outdoor post
insulators for systems with nominal voltages
greater than 1000V.
IEC-60305 - Insulators for overhead lines with nominal
voltage above 1000V-ceramic or glass
insulator units for a.c. systems Characteristics
of String Insulator Units of the cap and
pintype.
IEC-60372 (1984) - Locking devices for ball and socket couplings
of string insulator units : dimensions and
tests.
IEC-60383 (P1 and P2) - Insulators for overhead lines with a nominal
______________________________________________________________________________________
Section 3 : GTR Page 28 of 39
voltage above 1000 V.
IEC-60433 - Characteristics of string insulator units of the
long rod type.
IEC-60471 - Dimensions of Clevis and tongue couplings of
string insulator units.
ANSI-C29 - Wet process porcelain insulators
ANSI-C29.1 - Test methods for electrical power insulators
ANSI-C92.2 - For insulators, wet-process porcelain and
toughened glass suspension type
ANSI-C29.8 - For wet-process porcelain insulators
apparatus, post-type
ANSI-G.8 - Iron and steel hardware
CISPR-7B - Recommendations of the CISPR, tolerances of
form and of Position, Part 1
ASTM A-153 - Zinc Coating (Hot-Dip) on iron and steel hardware
Strain and rigid bus-conductor

IS-2678 - Dimensions & tolerances for Wrought


Aluminum and Aluminum Alloys drawn round tube.
IS-5082 - Wrought Aluminum and Aluminum Alloy Bars.
Rods, Tubes and Sections for Electrical purposes.
ASTM-B 230-82 - Aluminum 1350 H19 Wire for electrical purposes
ASTM-B 231-81 - Concentric - lay - stranded, aluminum 1350
conductors
ASTM-B 221 - Aluminum - Alloy extruded bar, road, wire, shape
ASTM-B 236-83 - Aluminum bars for electrical purpose (Busbars)
ASTM-B 317-83 - Aluminum-Alloy extruded bar, rod, pipe and
structural shapes for electrical purposes(Bus Conductors)
Batteries and batteries charger Battery

IS:1651 - Stationary Cells and Batteries, Lead-Acid Type


(with Tubular Positive Plates)
IS:1652 - Stationary Cells and Batteries, Lead-Acid Type
(with Plante Positive Plates)
IS:1146 - Rubber and Plastic Containers for Lead-Acid Storage Batteries
IS:6071 - Synthetic Separators for Lead-Acid Batteries
IS:266 - Specification for Sulphuric Acid
IS:1069 - Specification for Water for Storage Batteries
IS:3116 - Specification for Sealing Compound for Lead-Acid Batteries
IS:1248 - Indicating Instruments

Battery Charger
IS:3895 - Mono-crystalline Semiconductor Rectifier Cells
and Stacks
IS:4540 - Mono-crystalline Semiconductor Rectifier
Assemblies and Equipment.
IS:6619 - Safety Code for Semiconductor Rectifier Equipment
IS:2026 - Power Transformers
IS:2959 - AC Contactors for Voltages not Exceeding 1000 Volts
IS:1248 - Indicating Instruments
IS:2208 - HRC Fuses
IS:13947 (Part-3) - Air break switches, air break disconnectors &
fuse combination units for voltage not exceeding 1000V AC or
1200V DC
IS:2147 - Degree of protection provided by enclosures for low voltage
switchgear and controlgear.
IS:6005 - Code of practice for phosphating of Iron and Steel
IS:3231 - Electrical relays for power system protection
IS:3842 - Electrical relay for AC Systems
IS:5 - Colours for ready mix paint
IEEE-484 - Recommended Design for installation design and installation of large
lead storage batteries for generating stations and substations.
IEEE-485 - Sizing large lead storage batteries for generating stations and
substations
Wires and cables
______________________________________________________________________________________
Section 3 : GTR Page 29 of 39
ASTMD-2863 - Measuring the minimum oxygen concentration
to support candle like combustion of plastics
(oxygen index)
IS-694 - PVC insulated cables for working voltages
upto and including 1100 Volts.
IS-1255 - Code of practice for installation and maintenance of power cables,
upto and including 33 kV rating
IS-1554 (P1 and P2) - PVC insulated (heavy duty) electric cables (part 1) for working
voltage upto and including 1100 V.
- Part (2) for working voltage from 3.3 kV upto and including 11kV.
IS:1753 - Aluminium conductor for insulated cables
IS:2982 - Copper Conductor in insulated cables.
IS-3961 (P1 to P5) - Recommended current ratings for cables.
IS-3975 - Mild steel wires, formed wires and tapes for armouring of cables.
IS-5831 - PVC insulating and sheath of electric cables.
IS-6380 - Elastometric insulating and sheath of electric cables.
IS-7098 - Cross linked polyethylene insulated PVC sheathed cables for working
voltage upto and including 1100 volts.
IS-7098 - Cross-linked polyethyle insulated PVC sheathed cables for working
voltage from 3.3kV upto and including 33 kV.
IS-8130 - Conductors for insulated electrical cables and flexible cords.
IS-1753 - Aluminum Conductors for insulated cables.
IS-10418 - Specification for drums for electric cables.
IEC-60096 (part 0 to p4) - Radio Frequency cables.
IEC-60183 - Guide to the Selection of High Voltage Cables.
IEC-60189 (P1 to P7) - Low frequency cables and wires with PVC insulation and PVC
sheath.
IEC-60227 (P1 to P7) - Polyvinyl Chloride insulated cables of rated voltages up to and
including 450/750V.
IEC-60228 - Conductors of insulated cables
IEC-60230 - Impulse tests on cables and their accessories.
IEC-60287 (P1 to P3) - alculation of the continuous current rating of
cables (100% load factor).
IEC-60304 - Standard colours for insulation for low frequency cables and wires.
IEC-60331 - Fire resisting characteristics of Electric cables.
IEC-60332 (P1 to P3) - Tests on electric cables under fire conditions.
IEC-60502 - Extruded solid dielectric insulated power cables for rated voltages
from 1 kV upto to 30 kV
IEC-754 (P1 and P2) - Tests on gases evolved during combustion of electric cables.

AIR conditioning and ventilation


IS-659 - Safety code for air conditioning
IS-660 - Safety code for Mechanical Refrigeration
ARI:520 - Standard for Positive Displacement Refrigeration Compressor and
Condensing Units
IS:4503 - Shell and tube type heat exchanger
ASHRAE-24 - Method of testing for rating of liquid coolers
ANSI-B-31.5 - Refrigeration Piping
IS:2062 - Steel for general structural purposes
IS:655 - Specification for Metal Air Dust
IS:277 - Specification for Galvanised Steel Sheets
IS-737 - Specification for Wrought Aluminium and Aluminium Sheet & Strip
IS-1079 - Hot rolled cast steel sheet & strip
IS-3588 - Specification for Electrical Axial Flow Fans
IS-2312 - Propeller Type AC Ventilation Fans
BS-848 - Methods of Performance Test for Fans
BS-6540 Part-I - Air Filters used in Air Conditioning and General Ventilation
BS-3928 - Sodium Flame Test for Air Filters (Other than for Air Supply to I.C.
Engines and Compressors)
US-PED-2098 - Method of cold DOP & hot DOP test
MIL-STD-282 - DOP smoke penetration method
ASHRAE-52 - Air cleaning device used in general ventilation for removing particle
matter
IS:3069 - Glossary of Terms, Symbols and Units Relating to Thermal Insulation
Materials.
______________________________________________________________________________________
Section 3 : GTR Page 30 of 39
IS:4671 - Expanded Polystyrene for Thermal Insulation Purposes
IS:8183 - Bonded Mineral Wool
IS:3346 - Evaluation of Thermal Conductivity properties by means of guarded
hot plate method
ASTM-C-591-69 - Standard specification for rigid preformed cellular urethane thermal
insulation
IS:4894 - Centrifugal Fans
BS:848 - Method of Performance Test for Centrifugal Fans
IS:325 - Induction motors, three-phase
IS:4722 - Rotating electrical machines
IS:1231 - Three phase foot mounted Induction motors, dimensions of
IS:2233 - Designations of types of construction and mounting arrangements of
rotating electrical machines
IS:2254 - Vertical shaft motors for pumps, dimensions of
IS:7816 - Guide for testing insulation resistance of rotating machines
IS:4029 - Guide for testing three phase induction motors
IS:4729 - Rotating electrical machines, vibration of, Measurement and
evaluation of
IS:469 - Degree of protection provided by enclosures for rotating electrical
machinery
IS:7572 - Guide for testing single-phase a.c. motors
IS:2148 - Flame proof enclosure for electrical apparatus
BS:4999 - Noise levels
(Part-51)

Galvanizing

IS-209 - Zinc Ingot


IS-2629 - Recommended Practice for Hot-Dip galvanizing on iron and steel.
IS-2633 - Methods for testing uniformity of coating of zinc coated articles.
ASTM-A123 - Specification for zinc (Hot Galavanizing) Coatings, on products
Fabricated from rolled, pressed and forged steel shapes, plates, bars
and strips.
ASTM-A-121-77 - Zinc-coated (Galvanized) steel barbed wire

Painting
IS-6005 - Code of practice for phosphating of iron and steel.
ANSI-Z551 - Gray finishes for industrial apparatus and equipment
SSPEC - Steel structure painting council

Fire protection system


Fire protection manul issued by tariff advisory committee (TAC) of India

HORIZONTAL CENTRIFUGAL PUMPS

IS:1520 - Horizontal centrifugal pumps for clear, cold and fresh water
IS:9137 - Code for acceptance test for centrifugal & axial pumps
IS:5120 - Technical requirement – Roto dynamic special purpose pumps
API-610 - Centrifugal pumps for general services
- Hydraulic Institutes Standards
BS:599 - Methods of testing pumps
PTC-8.2 - Power Test Codes - Centrifugal pumps

DIESEL ENGINES
IS:10000 - Methods of tests for internal combustion engines
IS:10002 - Specification for performance requirements for onstant speed
mpression ignition engines for general purposes (above 20 kW)
BS:5514 - The performance of reciprocating compression ignition (Diesel)
engines, utilising liquid fuel only, for general purposes
ISO:3046 - Reciprocating internal combustion engines performance
IS:554 - Dimensions for pipe threads where pressure tight joints are required
on threads
ASME Power Test Code - Internal combustion engine PTC-17
- Codes of Diesel Engine Manufacturer’s Association, USA

______________________________________________________________________________________
Section 3 : GTR Page 31 of 39
PIPING VALVES & SPECIALITIES
IS:636 - Non percolating flexible fire fighting delivery hose
IS:638 - Sheet rubber jointing and rubber inserting jointing
IS:778 - Gun metal gate, globe and check valves for general purpose
IS:78 - Sluice valves for water works purposes (50 to300 mm)
IS:901 - Couplings, double male and double female instantaneous pattern for
fire fighting
IS:902 - Suction hose couplings for fire fighting purposes
IS:903 - Fire hose delivery couplings branch pipe nozzles and nozzle
spanner
IS:1538 - Cast iron fittings for pressure pipes for water, gas and sewage
IS:1903 - Ball valve (horizontal plunger type) including floats for water supply
purposes
IS:2062 - SP for weldable structural steel
IS:2379 - Colour Code for the identification of pipelines
IS:2643 - Dimensions of pipe threads for fastening purposes
IS:2685 - Code of Practice for selection, installation and maintenance of sluice
valves
IS:2906 - Sluice valves for water-works purposes (350to 1200 mm size)
IS:3582 - Basket strainers for fire fighting purposes (cylindrical type)
IS:3589 - Electrically welded steel pipes for water, gas and sewage (150 to
2000 mm nominal diameter)
IS:4038 - Foot valves for water works purposes
IS:4927 - Unlined flax canvas hose for fire fighting
IS:5290 - Landing valves (internal hydrant)
IS:5312 - Swing check type reflex (non-return) valves(Part-I)
IS:5306 - Code of practice for fire extinguishing installations and equipment on
premises
Part-I - Hydrant systems, hose reels and foam inlets
Part-II - Sprinkler systems
BS:5150 - Specification for cast iron gate valves

MOTORS & ANNUNCIATION PANELS


IS:325 - Three phase induction motors
IS:900 - Code of practice for installation and maintenance of induction motors
IS:996 - Single phase small AC and universal electric motors
IS:1231 - Dimensions of three phase foot mounted induction motors
IS:2148 - Flame proof enclosure of electrical apparatus
IS:2223 - Dimensions of flange mounted AC induction motors
IS:2253 - Designations for types of construction and mounting arrangements of
rotating electrical machines
IS:2254 - Dimensions of vertical shaft motors for pumps
IS:3202 - Code of practice for climate proofing of electrical equipment
IS:4029 - Guide for testing three phase induction motors
IS:4691 - Degree of protection provided by enclosure for rotating electrical
machinery
IS:472 - Rotating electrical machines
IS:4729 - Measurement and evaluation of vibration of rotating electrical
machines
IS:5572 - Classification of hazardous areas for electrical (Part-I) installations
(Areas having gases and vapours)
IS:6362 - Designation of methods of cooling for rotating electrical machines
IS:6381 - Construction and testing of electrical apparatus with type of
protection‘e’
IS:7816 - Guide for testing insulation for rotating machine
IS:4064 - Air break switches
IEC DOCUMENT 2 - Three Phase Induction Motor
(Control Office) 432
VDE 0530 Part I/66 - Three Phase Induction Motor

IS:9224 - HRC Fuses


(Part-II)
IS:6875 - Push Button and Control Switches
IS:694 - PVC Insulated cables
IS:1248 - Indicating instruments
______________________________________________________________________________________
Section 3 : GTR Page 32 of 39
IS:375 - Auxiliary wiring & busbar markings
IS:2147 - Degree of protection
IS:5 - Colour Relay and timers
IS:2959 - Contactors

PG Test Procedures
NFPA-13 - Standard for the installation of sprinkler system.
NFPA-15 - Standard for water spray fixed system for the fire protection
NFPA-12A - Standard for Halong 1301 Fire Extinguishing System.
NFPA-72E - Standard on Antomatic Fire Detectors Fire Protection Manual by TAC
(Latest Edition)
NFPA-12 - Standard on Carbon dioxide extinguisher systems.
IS:3034 - Fire of industrial building: Electrical generating and distributing
stations code of practice
IS:2878 - CO2 (Carbon dioxide) Type Extinguisher
IS:2171 - DC (Dry Chemical Powder) type
IS:940 - Pressurised Water Type

D.G. SET
IS:10002 - Specification for performance requirements for constant speed
compression ignition (diesel engine) for general purposes
IS:10000 - Method of tests for internal combustion engines
IS:4722 - Rotating electrical machines-specification
IS:12063 - Degree of protection provided by enclosures
IS:12065 - Permissible limit of noise levels for rotating electrical machines.
- Indian Explosive Act 1932
Steel structures
IS-228 (1992) - Method of Chemical Analysis of pig iron, cast iron and plain carbon
and low alloy steels.
IS-802 (P1 to 3:) - Code of practice for use of structural steel in overhead transmission
line towers.
IS-806 - Code of practice for use of steel tubes in general building construction
IS-808 - Dimensions for hot rolled steel beam, column channel and angle
sections.
IS-814 - Covered electrodes for manual arc welding of carbon of carbon
manganese steel.
IS-816 - Code of Practice for use of metal arc welding for general construction
in Mild steel
IS-817 - Code of practice for training and testing of metal arc welders. Part 1:
Manual Metal arc welding.
IS-875
(P1 to P4) - Code of practice for design loads (other than earthquake) for buildings
and structures.
IS-1161 - Steel tubes for structural purposes.
IS-1182 - Recommended practice for radiographic examination of fusion
welded butt joints in steel plates.
IS-1363
(P1 to P3) - Hexagonal head bolts, screws & nuts of products grade C.
IS-1364 - Hexagon headbolts, screws and nuts of product grades A and B.
IS-1367
(P1 to P18) - Technical supply condition for threaded steel fasteners.
IS-1599 - Methods for bend test.
IS-1608 - Method for tensile testing of steel products.
IS-1893 - Criteria for earthquake resistant design of structures.
IS-1978 - Line Pipe.
IS-2062 - Steel for general structural purposes.
IS-2595 - Code of practice for Radiographic testing.
IS-3063 - Single coil rectagular section spring washers for bolts, nuts and
screws.
IS-3664 - Code of practice for ultrasonic pulse echo testing by contact and
immersion methods.
IS-7205 - Safety code for erection of structural steel work.
IS-9595 - Recommendations for metal arc welding of carbon and carbon
______________________________________________________________________________________
Section 3 : GTR Page 33 of 39
manganese steels.
ANSI-B18.2.1 - Inch series square and Hexagonal bolts and screws
ANSI-B18.2.2 - Square and hexagonal nuts
ANSI-G8.14 - Round head bolts
ASTM-A6 - Specification for General Requirements for rolled steel plates, shapes,
sheet piling and bars of structural use
ASTM-A36 - Specifications of structural steel
ASTM-A47 - Specification for malleable iron castings
ASTM-A143 - Practice for safeguarding against embilement of Hot Galvanized
structural steel products and procedure for detaching embrilement
ASTM-A242 - Specification for high strength low alloy structural steel
ASTM-A283 - Specification for low and intermediate tensile strength carbon steel
plates of structural quality
ASTM-A394 - Specification for Galvanized steel transmission tower bolts and nuts.
ASTM-441 - Specification for High strength low alloy structural manganese
vanadium steel.
ASTM-A572 - Specification for High strength low alloy colombium- Vanadium steel
of structural quality
AWS D1-0 - Code for welding in building construction welding inspection
AWS D1-1 - Structural welding code
AISC - American institute of steel construction
NEMA-CG1 - Manufactured graphite electrodes

Piping and pressure vessels


IS-1239 (Part 1 and 2) - Mild steel tubes, tubulars and other wrought steel fittings
IS-3589 - Seamless Electrically welded steel pipes for water, gas and sewage.
IS-6392 - Steel pipe flanges
ASME - Boiler and pressure vessel code
ASTM-A120 - Specification for pipe steel, black and hot dipped, zinc-coated
(Galvanized) welded and seamless steel pipe for ordinary use
ASTM-A53 - Specification for pipe, steel, black, and hotdipped, zinc coated welded
and seamless
ASTM-A106 - Seamless carbon steel pipe for high temperature service
ASTM-A284 - Low and intermediate tensile strength carbonsilicon
steel plates for machine parts and general construction.
ASTM-A234 - Pipe fittings of wrought carbon steel and alloy steel for moderate and
elevated temperatures
ASTM-S181 - Specification for forgings, carbon steel for general purpose piping
ASTM-A105 - Forgings, carbon steel for piping components
ASTM-A307 - Carbon steel externally threated standard fasteners
ASTM-A193 - Alloy steel and stainless steel bolting materials for high temperature
service
ASTM-A345 - Flat rolled electrical steel for magnetic applications
ASTM-A197 - Cupola malleable iron
ANSI-B2.1 - Pipe threads (Except dry seal)
ANSI-B16.1 - Cast iron pipe flangesand glanged fitting. Class 25, 125, 250 and 800
ANSI-B16.1 - Malleable iron threaded fittings, class 150 and 300
ANSI-B16.5 - Pipe flanges and flanged fittings, steel nickel alloy and other special
alloys
ANSI-B16.9 - Factory-made wrought steel butt welding fittings
ANSI-B16.11 - Forged steel fittings, socket-welding and threaded
ANSI-B16.14 - Ferrous pipe plug, bushings and locknuts with piple threads
ANSI-B16.25 - Butt welding ends
ANSI-B18.1.1 - Fire hose couplings screw thread.
ANSI-B18.2.1 - Inch series square and hexagonal bolts and screws
ANSI-B18.2.2 - Square and hexagonal nuts
NSI-B18.21.1 - Lock washers
ANSI-B18.21.2 - Plain washers
ANSI-B31.1 - Power piping
ANSI-B36.10 - Welded and seamless wrought steel pipe
ANSI-B36.9 - Stainless steel pipe

Other civil works standards


IS-269 - 33 grade ordinary portland cement.
IS2721 - Galvanized steel chain link fence fabric
______________________________________________________________________________________
Section 3 : GTR Page 34 of 39
IS-278 - Galvanized steel barbed wire for fencing.
IS-383 - Coarse and fine aggregates from natural sources for concrete.
IS-432 (P1 and P2) - Mild steel and medium tensile steel bars and hard-dawn steel
wire for concrete reinforcement.
IS-456 - Code of practice for plain and reinforced concrete.
IS-516 - Method of test for strength of concrete.
IS-800 - Code of practice for general construction in steel.
IS-806 - Steel tubes for structural purposes.
IS-1172 - Basic requirements for water supply, drainage and sanitation.
IS-1199 - Methods of sampling and analysis of concrete.
IS-1566 - Hard-dawn steel wire fabric for concrete reinforcement.
IS-1742 - Code of Practice for Building drainage.
IS-1785 - Plain hard-drawn steel wire for prestressed concrete.
IS-1786 - High strength deformed Steel Bars and wires for concrete
reinforcement.
IS-1811 - Methods of sampling Foundry sands.
IS-1893 - Criteria for earthquake resistant design of structures.
IS-2062 - Steel for general structural purposes.
IS-2064 - Selection, installation and maintenance of sanitary appliances- code
of practices.
IS-2065 - Code of practice for water supply in buildings.
IS-2090 - High tension steel bars used in prestressed concrete.
IS-2140 - Standard Galvanized steel wire for fencing.
IS-2470 (P1 & P2) - Code of practice for installation of septic tanks.
IS-2514 - Concrete vibrating tables.
IS-2645 - Integral cement waterproofing compounds.
IS-3025
(Part 1 to
Part 48) - Methods of sampling and test (Physical and chemical) for water and
waste water.
IS-4091 - Code of practice for design and construction of foundations for
transmission line towers and poles.
IS-4111
(Part 1 to P5) - Code of practice for ancillary structures in sewerage system.
IS-4990 - Plywood for concrete shuttering work.
IS-5600 - Sewage and drainage pumps.

National building code of India 1970

USBR E12 - Earth Manual by United States Department of the interior Bureau of
Reclamation
ASTM-A392-81 - Zinc/Coated steel chain link fence fabric
ASTM-D1557-80 - test for moisture-density relation of soils using 10-lb (4.5 kg) rame
land 18-in. (457 mm) Drop.
ASTM-D1586 - Penetration Test and Split-Barrel (1967) - Sampling of Soils
ASTM-D2049-69 - Test Method for Relative Density of Cohesionless Soils
ASTM-D2435 - Test method for Unconsolidated, (1982)
- Undrained Strengths of Cohesive Soils in Triaxial Compression.
BS-5075 - Specification for accelerating Part I Admixtures, Retarding
Admixtures and Water Reducing Admixtures.
CPWD - Latest CPWD specifications

ACSR MOOSE CONDUCTOR

IS:6745 Methods for Determination of BS:443-1969


Mass of zinc coating on zinc coated Iron and Steel Articles
IS:8263 Methods for Radio Interference IEC:437-1973Test on High Voltage
Insulators
NEMA:107-1964
CISPR
IS:209 Zinc Ingot BS:3436-1961
IS:398 Aluminum Conductors for IEC:209-1966
Part – V Overhead Transmission Purposes
BS:215(Part-II) Aluminium Conductors galvanized IEC:209-
forced extra high
______________________________________________________________________________________
Section 3 : GTR Page 35 of 39
BS:215(Part-II) voltage (400 kV and above)
IS:1778 Reels and Drums forBS:1559-1949
Bare Conductors
IS:1521 Method for Tensile Testing ISO/R89-1959
of steel wire
IS:2629 Recommended practice for Hot dip Galvanising on Iro and Steel.
IS:2633 Method for Testing Uniformity of coating of zinc Coated Articles.
IS:4826 Hot dip galvanised coatings on round steel wires ASTMA-472-729

GALVANISED STEEL EARTHWIRE

IS:1521 Method for Tensile Testing ISO/R:89-1959


of Steel Wire
IS:1778 Reels and Drums for Bare Conductors
IS:2629 Recommended practice forHot Dip Galvanising
on Ironand Steel.
IS:2633 Methods for testing Uniformityof Coating of
Zinc Coated Articles.
IS:4826 Hot dip Galvanised Coatings ASTM:A
475-72 a on Round Steel Wires BS:443-1969
IS:6745 Method for Determination BS:443-1969of mass of Zinc Coating on Zinc
coated Iron and Steel Articles.
IS:209 Zinc ingot BS:3463-1961
IS:398(Pt. I to Aluminum Conductors for BS:215 (Part-II)
P5:1992) overhead transmission purposes.

Lighting Fixtures and Accessories

(i) IS:1913 General and safety requirements for electric lighting fittings.
(ii) IS:3528 Water proof electric lighting fittings.
(iii) IS:4012 Dust proof electric lighting fittings.
(iv) IS:4013 Dust tight proof electric lighting fittings.
(v) IS:10322 Industrial lighting fittings with metal reflectors.
(vi) IS:10322 Industrial lighting fittings with plastic reflectors.
(vii) IS:2206 Well glass lighting fittings for use under ground in mines (non-flameproof
type).
(viii) IS:10322 Specification for flood light.
(ix) IS:10322 Specification for decorative lighting outfits.
(x) IS:10322 Lumanaries for street lighting
(xi) IS:2418 Tubular flourescent lamps
(xii) IS:9900 High pressure mercury vapour lamps.
(xiii) IS:1258 Specification for Bayonet lamp flourescent lamp.
(xiv) IS:3323 Bi-pin lamp holder tubular flourescent lamps.
(xv) IS:1534 Ballasts for use in flourescent lighting fittings.
(Part-I)
(xvi) IS:1569 Capacitors for use in fluorescent lighting fittings
(xvii) IS:2215 Starters for flourescent lamps.
(xviii) IS:3324 Holders for starters for tubular flourescent lamps
(xix) IS:418 GLS lamps
(xx) IS:3553 Water tight electric fittings
(xxi) IS:2713 Tubular steel poles
(xxii) IS:280 MS wire for general engg. purposes

Conduits, Accessories and Junction Boxes

(1) IS:9537 Rigid steel conduits for electrical wiring


(2) IS:3480 Flexible steel conduits for electrical wiring
(3) IS:2667 Fittings for rigid steel conduits for electrical wiring
(4) IS:3837 Accessories for rigid steel conduits for electrical wiring
(5) IS:4649 Adaptors for flexible steel conduits.
(6) IS:5133 Steel and Cast Iron Boxes
(7) IS:2629 Hot dip galvanising of Iron & Steel.

______________________________________________________________________________________
Section 3 : GTR Page 36 of 39
Lighting Panels

(1) IS:13947 LV Switchgear and Control gear(Part 1to 5)


(2) IS:8828 Circuit breakers for over current protection for house hold and similar
installations.
(3) IS:5 Ready mix paints
(4) IS:2551 Danger notice plates
(5) IS:2705 Current transformers
(6) IS:9224 HRC Cartridge fuse links for voltage above
650V(Part-2)
(7) IS:5082 Wrought aluminium and Al. alloys, bars, rods, tubes and sections for
electrical purposes.
(8) IS:8623 Factory built Assemblies of Switchgear and Control Gear for voltages upto
and including 1000V AC and 1200V DC.
(9) IS:1248 Direct Acting electrical indicating instrument

Electrical Installation

(1) IS:1293 3 pin plug


(2) IS:371 Two to three ceiling roses
(3) IS:3854 Switches for domestic and similar purposes
(4) IS:5216 Guide for safety procedures and practices in electrical
work.
(5) IS:732 Code of practice for electrical wiring installation
(system voltage not exceeding 650 Volts.)
(6) IS:3043 Code of practice for earthing.
(7) IS:3646 Code of practice of interior illumination part II & III.
(8) IS:1944 Code of practice for lighting of public through fares.
(9) IS:5571 Guide for selection of electrical equipment for
hazardous areas.
(10) IS:800 Code of practice for use of structural steel in general
building construction.
(11) IS:2633 Methods of Testing uniformity of coating on zinc
coated articles.
(12) IS:6005 Code of practice for phosphating iron and steel.
(13) INDIAN ELECTRICITY ACT
(14) INDIAN ELECTRICITY RULES

LT SWITCHGEAR

IS:8623 (Part-I) Specification for low voltage switchgear and control


gear assemblies
IS:13947 (Part-I) Specification for low voltage switchgear and control
gear, Part 1 General Rules
IS:13947 (part-2) Specification for low voltage switchgear and control
gear, Part 2 circuit breakers.
IS:13947 (part-3) Specification for low voltage switchgear and control
gear.
Part 3 Switches, Disconnectors, Switch-disconnectors
and fuse combination units
IS:13947 (part-4) Specification for low voltage switchgear and control
Gear.
Part 4 Contactors and motors starters.
IS:13947 (part-5) Specification for low voltage switchgear and control
gear.
Part 5 Control-circuit devices and switching elements
IS:13947 (part-6) Specification for low voltage switchgear and control
gear.
Part 6 Multiple function switching devices.
IS:13947 (part-7) Specification for low voltage switchgear and control
gear.
Part 7 Ancillary equipments
IS:12063 Degree of protection provided by enclosures
IS:2705 Current Transformers
IS:3156 Voltage Transformers
______________________________________________________________________________________
Section 3 : GTR Page 37 of 39
IS:3231 Electrical relays for power system protection
IS:1248 Electrical indicating instruments
IS:722 AC Electricity meters
IS:5578 Guide for Marking of insulated conductors
of apparatus terminals
IS:13703 (part 1) Low voltage fuses for voltage not exceeding 1000V
AC or 1500V DC Part 1 General Requirements
IS:13703 (part 2) Low voltage fuses for voltage not exceeding 1000V
AC or 1500V DC Part 2 Fuses for use of authorized
persons
IS:6005 Code of practice of phosphating iron and steel
IS:5082 Wrought Aluminum and Aluminum alloys for electrical
purposes
IS:2633 Hot dip galvanising

______________________________________________________________________________________
Section 3 : GTR Page 38 of 39
ANNEXURE – D

LIST OF DRAWINGS/DOCUMENTS

1. Single Line Diagram


2. Electrical Layout – Plan and Sections
3. Switchyard structural Layout and Section
4. DSLP Calculation and drawing
5. Earthmat Design
6. Short circuit Force and Critical Span Calculations
7. Busbar Design calculations
8. Cantilever Strength calculations
9. Design calculation for Sag – Tension stringing chart
10. GTP and drawings for Bus-Post Insulator
11. Tension/suspension string insulator and Hardware Assembly GTP and drawing
12. Structure Layout (Plan & Section) drawing
13. Soil Investigation Report

14. Circuit Breakers (220kV and 33kV)


- GA drawing
- GTP
- Type test Reports
15. CTs (220kV and 33kV)
- GA drawing
- GTP
- Type test Reports
16 Surge Arrestors (216kV and 30kV)
- GA drawing
- GTP
- Type test Reports
17. Isolators (220kV and 33kV)
- GA drawing
- GTP
- Type test Reports
18. 220kV Transformers (220/33/11kV)
- Outline GA drawings
- Foundation Plan
- Data Sheet
- OLTC GA drawing/schematic
- RTCC GA drawing/schematic
- OGA and Data sheets for Bushing
- GA and schematic of Marshalling Kiosk
- Rating and Diagram Plate
- Type test Reports
19. Control and Relay Panels
- GTP and technical literature
- Type test report of Relays/Relays/Equipments
20. Civil Works
Boundary wall
Control Room Building
- Structure Design, Foundation Design & Drg., Plinth Beam Design &
Drg. and column Design & Drg. upto G.F. Level
- Transformer foundation design/drawings
- 220kV Tower foundation design/drawings.

______________________________________________________________________________________
Section 3 : GTR Page 39 of 39
SECTION-IV

SPECIAL EQUIPMENTS
SECTION : 4

SPECIAL EQUIPMENTS

TECHNICAL SPECIFICATION FOR SPECIAL EQUIPMENTS


This part of the document covers detailed technical requirement for the diagnostic tools complete with
associated components and accessories including required software for storage of data and interpretation of
results etc.

1.0 DEW POINT METER.


The meter shall be capable of measuring the dew point of SF6 gas of the circuit breaker/GIS
equipment. It should be portable and adequately protected for outdoor use. The meter shall be
provided with dew point hygrometer with digital indication to display the dew point temperature in
degree C, degree F or PPM. It should be capable of measuring the corresponding pressure at which
dew point is being measured.

The measurement and use of the instrument must be simple, direct without the use of any other
material /chemical like dry ice/acetone etc. It should be battery operated with rechargeable
batteries.

TECHNICAL SPECIFICATION:
1. Measuring Range: Upto-100 º C dew point.
2. Accuracy : ± 2 º C.
3. Display : 4 digit LCD , 0.5 inch high.

2.0 PORTABLE PD MONITORING SYSTEM FOR GAS INSULATED SWITCHGEAR

DELETED

3.0 THREE PHASE AUTOMATION RELAY TEST KIT.

The test kit/set should be capable of performing the following functions in automatic as well as in manual
mode.

1. “Steady state” testing of current, voltage, frequency and impedance relays to test the
characteristic of protective relays.
2. Testing of over fluxing relay and check synchronizing relay.
3. Testing of electro-mechanical backup over-current relays for operating current upto 2x, 5x and
10x rated current (minimum pickup instantaneous and time delayed characteristics).
4. Testing of frequency relays for rate of change of frequency, minimum pickup, pickup to drop
out ratio, under/over frequency setting and time characteristics.
5. Testing of distance relays of three phase including features such as power swing blocking,
switch on to fault and when connected to weak system.
6. Testing of voltage relay for pickup to drop out ratio, instantaneous and time delayed
characteristics.
7. Testing of three winding differential relays (9 current sources) including checking of
Percentage Bias, Inrush stability, Over excitation stability.
8. Programmable Relay test kit should work as—
i) Relay test tool for all type of relays mentioned.
ii) “Database” to document relay settings.
iii) Storage of test history.
9. Software programme should be menu driven and should run on Microsoft Windows(98,
NT.2000 or latest version).
10. The test programme/plan should allow user to define the control parameters to control changes
to magnitude, phase and frequency of selected source values and allow user to :
i) Ramp up/down (at user defined rates) to test the pick up/ dropout values.
ii) Step up/step down the magnitude, phase angle of frequency.

______________________________________________________________________________________________________________________
Section 4: Special Equipments Page 1 of 7
iii) Quickly find the pick up value.
iv) Test the characteristic angle for impendence relays/ directional relays.
11. The programmable/automatic Relay test kit should be capable of doing simulation of power
system states like pre-fault, fault and post fault conditions for dynamic state testing.
12. Test program/plan should enable user of creating a number of system states to test protection
scheme/relay for realistic fault conditions and should be capable to calculation voltage and
current phasors during fault conditions.
13. Suitable ANSI-SQL 92 complaint RDBMS Database system to allow user to store historical
test parameters and rest result.
14. For observing the performance of distance relay under various grid conditions. The transient
and Dynamic testing shall be possible.
15. Reply of Distance recorder output through COMTRADE format should be possible.
16. Through Report generation software, it shall be possible to compare previous test result and
deviations can be brought out with permissible tolerance in the report.
17. Through test set –
It shall be possible to generate conditions such as breaker failure. Carrier fail etc.
18. Test kit shall have provision to carryout end test using GPS receivers available at both local
and remote S/tn.

Features of Software :
Licensed, latest version of automatic testing software certified by manufacturer only to be supplied to
DTL. It shall be WINDOW based and can be customized by user without knowledge of programming
language. All operation using software shall be through user friendly GUI (Graphical User Interface).
Calibration Software & Hardware to be supplied to DTL.

Out Put Requirements :


(i) Voltage Output : 3 phase, 0-300 V per phase, accuracy : 0.1% or better
(ii) Current Output : 3 phase, 10 amps per phase, 400 VA at 40 Volts.
Accuracy : 0.1 or better
(iii) Phase angle : 0 to 360 degrees.
(iv) Frequency : DC to 200 Hz.

Other Essential Requirements :


(i) Equipment shall be capable of upgrading to latest version manufactured for next 5 Years.
(ii) An adequate calibration box provided to calibrate the current and voltage of the test kit. This
should be apart from the software calibration.

4.0 CONTACT RESISTANCE METER

General
The equipment shall measure and display the static contact resistance of circuit breaker, isolator, bus bar
joints and earth switches etc: directly in micro-ohms under live switchyard conditions.

Technical Specification
Ranges: 1999.9 micro ohm, 1999 micro ohm and 19.99m. ohm.
Resolution: 0.1 micro ohm, 1 ohm, and 10 micro ohm.
Respectively.
Accuracy: Value : ±1% : ± 2 digits.
Current : 200 ADC,
Display : Two,3½ digit ½ inch LCD, for current and resistance Values.
Power : 220 VAC ± 10% 50 Hz ± 5%, 30VA
Battery : Instrument operation on input rechargeable battery (12 V, 7 AH Maintenance free).

______________________________________________________________________________________________________________________
Section 4: Special Equipments Page 2 of 7
5.0 CIRCUIT BREAKER OPERATIONAL ANALYSER

General : Main Equipment


(i) The Computer Aided CB Analyzer system comprising of CB operation unit, programme unit,
travel analyzer unit & analysis software should be capable to perform close, open ,close-open,
open-close, open-close, open operation on CB under test, with a facility to introduce time
delays between composite operation.
(ii) The CB Analyzer should be capable to measure, record and analyze the CB operation timing.
(iii) The CB Analyzer should be able to measure and record current rise and fall of tripping coils as
well as of closing coils of all three poles of CB simultaneously.
(iv) The CB Analyzer should be capable to measure and record travel and speed of movement of
operating mechanism of CB.
(v) The CB Analyzer should be capable to measure and record dynamic contact resistance of main
and arcing contacts of CB with injection of minimum 100 Amp. DC current.
(vi) The CB Analyzer should be capable to measure pole discrepancy timing.
(vii) The CB Analyzer should be capable of measuring contact closing & opening timing up to four
(04) main and four(04) no. PIR contact.
(viii) The CB Analyzer should be capable to calculate and print all contact closing & opening tuning
in tabular form also.
(ix) Suitable mounting kits for transducers and sensors, alongwith sensor cable of suitable length
should be supplied with CB analyzer system.
(x) Test leads with suitable clamp and connectors and having length suitable for leads with suitable
clamp and connectors and having length suitable for connection to EHV CBs should be
supplied with CB Analyzer system for
(xi) Necessary custom built travel transformer cum fixtures suitable for mounting on
BHEL/ABB/CGL/Siemens/ALSTOM (132 KV and above) makes of CBs, to monitor travel
related parameters like contact gap. Contact insertion, over travel etc. should be supplied with
CB Analyzer.

System Operation hardware/software, peripherals and analysis software.


(i) The test report for recording motion should provide test results both in form of curve and tables.
The tables should consist of calculated CB parameters such as closing/opening speed etc.
(ii) The entry of various data/parameters (pertaining to CB) be possible sing built in display of
menu.
(iii) The battery backup and real time clock should be provided for automatic date and time
functions.
(iv) a) The computer aided analysis software should have sampling frequency upto 40 KHz or
more.
b) The analyzer should be capable to record transient phenomenon for a duration at least 500 ms.
(v) The binary channel accuracy and analogue channel accuracy should be suitable meet all desired
functions(stated above).
(vi) The CB analyzer should be provided with facility of down loading data to a IBM compatible
PC.
(vii) The printer provided with CB analyzer should be preferably a plain paper printer.
(viii) The computer aided CB analysis software should be supported with suitable report generation.
(ix) It should be possible to change scale factor of time axis to enable enlarged view of part of
diagram.
(x) It should be possible to change amplitude scale to make best use of available space.
(xi) It should be possible to study on speed curve, the damping and speed variations at CB opening
and closing time.
(xii) The CB analyzer should be supplied with portable memory bank to store test result taken by
test kit to enable further down loading to centrally located PC.
(xiii) Window based PC down loading software should be provided with CB analyzer to facilities
downloading test result from memory bank to PC where it can be analyzed and stored in proper
directory/file.
(xiv) It should be possible to compare present results with previous one. The feature of Zooming the
graph and moving the cursors on graph, thereby indicating instantaneous values of test
parameters should also be provided.

______________________________________________________________________________________________________________________
Section 4: Special Equipments Page 3 of 7
(xv) The latest version of CB analyzer system (hardwares and softwares) to be supplied and time to
time updating of software should be offered.
(xvi) As and when required, technical support for analysis of critical test result to be offered, on
regular basis.

Other Essential Requirements.


(i) The CB analyzer should operate on power supply of 220 volts(± 10%) at 50 Hz
(± 5%) frequency .
(ii) The CB analyzer should be capable of working in high electro-magnetic and electrostatic
conditions.
(iii) The CB analyzer should be capable of functioning accurately in environmental condition of
temperature 0° to 50° C and humidity (RH) up to 95 %( non-condensing).
(iv) The CB analyzer should be portable so as to facilitate moment from one site to other and
supplied with suitable transportation case.
(v) The supplier should have adequate after sale service facility.
(vi) As per ISO:9001 requirement, celebration certificates for each instrument should be supplied.
(vii) Installation :
a) Indoor/outdoor
b) The equipment should be portable easy to handle robust and sturdy, for field applications.

6.0 SF6 Gas leak Detector


The SF6 gas leak detector shall comprise of transducers and other accessories.

a) The detector shall be free from induced voltage effects.


b) The sensing probe shall be such that it can reach all the points on the breaker where leakage is to be
sensed.

7.0 Technical Specifications of Automatic Primary Current Injection Test Kit.

Functional specification:

The instrument should be capable of injecting single phase 50 HZ AC high value current for
testing of EHV equipments like current transformers in 400kV live switchyard required to
simplify comprehensive testing and condition assessment of EHV CT and its
commissioning, and to test turns ratio of current transformer for that require high variable
currents along with polarity test.

Technical specification:

1. Test set Input power supply should be 230Volts ±10% AC, 50Hz ± 5% Hz.
2. Output current range 0-2000A up to 20 sec.
3. The combined weight of Main unit and Current Amplifier or Booster if any should be
of maximum 70 Kg.
4. Test set should be microprocessor controlled, self-contained digital, modular in design
and portable. Test set should be current pre-set using low current to prevent test
sample heating.
5. The Output of the test should be variable in a smooth, continuous break-less manner.
6. The control and current injection test set has to be modular design for user
configuration of current module selection. There shall be continuous current control
by variable auto transformer with resolution of 1A.
7. There shall be current measurement by of accuracy better than 1%.

______________________________________________________________________________________________________________________
Section 4: Special Equipments Page 4 of 7
8. Test set should be of extremely rugged construction suitable for use in
400/220/66/33kV substations, the kit should be mounted on castor wheels with
necessary transport packing arrangement for easy movement.
9. Tests can be performed from a distance of 10 meters and it should be suitable up-to
400 kV Current transformers. The bidder should provide standard accessories
including Cu cable set, clamps, connectors, spare fuses, indication lamps, power
supply cable, etc all that is required for carrying out measurement for one unit.
10. Test set control unit display should be LED/LCD, display should provide time,
Current, voltage, current input value and phase angle and should be cable of scroll
through entities like Z, P, Q, R, X, S, power factor (Cos φ) and I max.
11. Test set should have automatic injection stop generation or should stop after a user
specified interval or when condition at the input is met.
12. Test set should be certified on the following Environment standard with CE marking.
a. LVD low voltage directive 2006/95/IEC.
b. EMC directive 2004/108/EC.
c. Safety should conform to IEC 61010-1with latest amendments
13. Test set should proper function high voltage substations and industrial environment
with, operating temperature range 0o C to 50o C storage temp 0oC to +55oC and
Humidity 5% to 95%RH, no condensing.
14. Test set should be Thermal cut off protection built in during output current generation
and primary side protected by a miniature circuit breaker with over current, earth fault
and short circuit protection.
15. The copper cable shall be of suitable size along with standard clamp arrangement to
deliver the current of 2000A for 20 sec safely without heating/damage the testing kit.
16. The bidder should have suitable facilities for prompt repair, calibration and servicing
equipment in India.
17. The bidder shall have to ensure kit is made user friendly for all the CTs available in
Delhi Transco Limited. The bidder shall have to arrange necessary training to
engineers of DTL.
18. Calibration certificate:-
Kit should have automatic self calibration feature. However supplier will have to
submit the calibration certificate from/traceable to, NABL accredited lab or
internationally reputed lab shall be submitted. Data of calibration shall not be older
than two months from the date of supply of kit.
19. Testing standards as per IEC 60044-1, IEC 61869-2 and ANSI C57.13.
20. The test records/reports shall be able to download to a PC in Windows
Excel/equivalent format. CT test equipment shall be operated through external
laptop/PC also.
21. Primary injection kit should display automatic assessment of the test result as per the
relevant standard; the deviating results should be highlighted.
22. Safety functions such as ground connection checks, self diagnostics, overload, over
current and over temperature management.
23. The equipment should be capable of storing at least 10 test results and kit should be
able to upload stored test results through External laptop through
USB/RS232/Ethernet port communication.
24. The test kit should be portable on wheels. It should be easily movable/Transportable
to other locations.
______________________________________________________________________________________________________________________
Section 4: Special Equipments Page 5 of 7
25. All inputs are equipped with overvoltage and surges protection devices.
26. Kit shall be warrantee for minimum 5(five) years from the date of supply. If the kit
needs to be shifted to supplier’s works for repairs, supplier will have to bear the cost
of spares, transportation, transit insurance (to & fro) etc. of kit for repair at test
lab/works. Kit after repairs, need to be returned within thirty days from the date of
dispatch..
27. The bidder offering such Primary Current Injection Test Kit shall be required to
demonstrate the functionality of the offered Test Kit at any of the substations in DTL.
Only upon successful demonstration of the Primary Current Injection Test Kit so
offered model shall be considered for Technical evaluation before opening of price
bid. The supplier shall have to ensure the kit made user friendly easily
movable/transportable at other locations. The instrument failed during the
demonstration shall be rejected and no repairs are allowed.

GUARANTEED TECHNICAL PARTICULARS (G.T.P.)


Of 2000 Amp. Primary AC Injection Set.

Sr. Description To be Filled by


BIDDER
No.

1. Name of manufacturer
2. Type & Model
3. Input Supply (A.C.)
4. Maximum Output current
5. Current Ranges
6. Duty Cycle
7. Cooling
8. Current Control
9. Movability
10. Protection
11. Housing
12. Weight (Kg)
13. Indications
14. Display(LCD/LED)
15. Environment
i)Temperature
ii)Humidity
16. Standard Lead Sizes (Copper)
17 Standard accessories including Cu cable set, clamps, connectors,

______________________________________________________________________________________________________________________
Section 4: Special Equipments Page 6 of 7
spare fuses, indication lamps, power supply cable, etc all that is
required for carrying out measurement for one unit.
17. Input/Binary input maximum voltage
18. IS/IEC Marking and Safety Standards
19 Calibration certificate/Reports
20 Warranty period
21. Whether the primary Injection set is free from Electrostatic and
Electromagnetic induction prevalent in switchyard up to 400 KV?
22. Whether the primary Injection set is suitable for testing polarity of
CT‟s
23. Whether the primary Injection set has a USB/RS232/Ethernet port
for communication with PC?
24. Whether the primary Injection set has provision to stop Injection
automatically after user defined interval or when condition at input
is met?
25. Whether the primary Injection set has Internal memory to
save/recall test results? Specify storage capacity
26 The test records/reports shall be able to download to a PC in
Windows Excel/equivalent format. CT test equipment shall be
operated through external laptop/PC also.

______________________________________________________________________________________________________________________
Section 4: Special Equipments Page 7 of 7
SECTION-V

FIRE PROTECTION SYSTEM


SECTION : 5

FIRE PROTECTION SYSTEM

1. 0 INTENT OF SPECIFICATION
This section covers the design and performance requirements of the following type of fire
protection systems:
a) Portable Fire Extinguishers
1.1 It is not the intent to completely specify all details of design and construction.
Nevertheless, the system design and equipment shall conform in all respects to high
standard of engineering, design and workmanship and shall be capable of performing in
continuous commercial operation in a manner acceptable to the Owner. The system design
shall also conform to TAC/ NFPA norms.
1.2 The scope of work includes complete installation of fire protection system wherever it is
required.
1.3 The equipment offered shall comply with the relevant IEC. The equipment conforming to
any other approved international standards shall meet the requirement called for the latest
revision of relevant Indian Standard or shall be superior.
1.4 Ambient temperature for design of all equipment shall be considered as 500 C.
1.5 The successful bidder shall prepare detailed layout and piping drawing and also other
drawing such as road, drainage, cable trench, switch yard layout, etc. as furnished by the
Employer during detailed engineering.

2.0 PORTABLE FIRE EXTINGUISHERS

2.1 Intent of Specification


This specification lays down the requirement regarding fire extinguishers of following
types:
Portable fire extinguishers.
a) Dry chemical powder type
b) Carbon Dioxide type
2.2 All the extinguishers offered by the Bidder shall be of reputed make and should have been
approved by Tariff Advisory Committee of India or any other international authorities like
FOC - London/NFPA-USA. Certificates to this effect shall be furnished by the Bidder. All
extinguishers shall be ISI marked.
2.3 Adequate number of smoke detector and Portable Fire Extinguishers of Dry Chemical
Powder and Carbon dioxide shall be provided in suitable location in control room
building, GIS Hall and DG set room. These extinguishers will be used during the early
phases of fire to prevent its spread and costly damage.
2.4 Design and Construction
2.4.1 All the portable extinguishers shall be of freestanding type and shall be capable of
discharging freely and completely in upright position.
2.4.2 Each extinguisher shall have the instructions for operating the extinguishers on its body
itself.
2.4.3 All extinguishers shall be supplied with initial charge and accessories as required.
2.4.4 Portable type extinguishers shall be provided with suitable clamps for mounting on walls
or columns.
2.4.5 All extinguishers shall be painted with durable enamel paint of fire red colour conforming
to relevant Indian Standards.
2.4.6 Dry chemical powder type extinguisher shall conform to IS: 2171.
2.4.7 Carbon Dioxide type extinguisher shall conform to IS: 2878.

________________________________________________________________________________________________________
Section 5: Fire Protection System Page 1 of 2
2.5 Tests and Inspection
2.5.1 Particulars of shop tests and procedure shall be submitted to the Employer before hand for
his approval.
2.5.2 A performance demonstration test at site of five (5) percent or one (1) number whichever
is higher, of the extinguishers shall be carried out by the Contractor. All consumable and
replaceable items require for this test would be supplied by the Contractor without any
extra cost to Employer.
2.5.3 Performance testing of extinguisher shall be in line of applicable Indian Standards. In case
where no Indian Standard is applicable for a particular type of extinguisher, the method of
testing shall be mutually discussed and agreed to before placement of order for the
extinguishers.

2.6 Performance Guarantee


The contractor shall guarantee all equipment supplied by him against any defect due to
faulty design, material and workmanship. The equipment shall be guaranteed to operate
satisfactorily at the rated conditions at site.

2.7 Painting
Each fire extinguisher shall be painted with durable enamel paint of fire red colour
conforming to relevant Indian Standards

________________________________________________________________________________________________________
Section 5: Fire Protection System Page 2 of 2
SECTION-VI

LT SWITCHGEAR
SECTION : 6

LT SWITCHGEAR
1.1 CONSTRUCTIONAL DETAILS OF SWITCHBOARD AND DISTRIBUTION
BOARDS
1.1.1 All boards shall be of metal enclosed, indoor floor mounted, compartmentalized
construction and freestanding type.

1.1.2 All board frames, shall be fabricated using suitable mild steel structural sections or pressed
and shaped cold-rolled sheet steel of thickness not less than 2.0 mm. Frames shall be
enclosed in cold-rolled sheet steel of thickness not less than 1.6mm. Doors and covers
shall also be of cold rolled sheet steel of thickness not less than 1.6 mm. Stiffeners shall be
provided wherever necessary.

1.1.3 All panel edges and cover/door edges shall be reinforced against distortion by rolling,
bending or by the addition of welded reinforcement members.

1.1.4 The complete structures shall be rigid, self-supporting free form flaws, twists and bends.
All cut-outs be true in shape and devoid of sharp edges.

1.1.5 All boards shall be of dust and vermin proof construction and shall be provided with a
degree of protection of IP:42 as per IS 2147. However, the busbar chambers having a
degree of protection of IP:42, in accordance with IS:2147, are also acceptable where
continuous busbar rating exceeds 1000 Amp. Provision shall be made in all compartments
for providing IP:42 degree of protection, when Circuit breaker or module trolley, has been
removed. All cut-outs shall be provided with neoprene/Synthetic rubber gaskets.

1.1.6 Provision of louvers on boards would not be preferred. However, louvers backed with
metal screen are acceptable on the busbar chambers where continuous busbar rating
exceeds 1000 Amps.

1.1.7 All boards shall be uniform height not exceeding 2450 mm.

1.1.8 Boards shall be easily extendible on both sides, by the addition of the vertical sections
after removing the end covers.

1.1.9 Boards shall be supplied with base frames made of structural steel sections, alongwith all
necessary mounting hardware required for welding the base frames to the insert plates.

1.1.10 All boards shall be divided into distinct vertical sections, each comprising of :

i) A completely enclosed busbar compartment for running horizontal and vertical busbars.
Busbar chamber shall be completely enclosed with metallic portions. Bolted covers
shall be provided for access to horizontal and Vertical bus bars and all joints for repair
maintenance, which shall be feasible without disturbing feeder compartment.

ii) Completely enclosed switchgear compartment(s) one for each circuit for housing circuit
breaker or MCCB or motor starter.

iii) A compartment or alley for power and control cables. Cable alley door shall preferably
be hinged. Cable alley shall have no exposed live parts, and shall have no
communication with busbar chamber. It shall be of atleast 350mm width.

iv) A compartment for relays and other control devices associated with a circuit breaker.

______________________________________________________________________________
Section 6: LT Switchgear Page 1 of 19
1.1.11 Sheet steel barriers shall be provided between two adjacent vertical panels running to the
full height of the switchboard, except for the horizontal busbar compartment. Each
shipping section shall have full metal sheets at both ends for transport and storage.

1.1.12 All equipments associated with a single circuit except MCB circuits shall be housed in a
separate compartment of the vertical section. The Compartment shall be sheet steel
enclosed on all sides with the withdrawal units in position or removed. The front of the
compartment shall be provided with the hinged single leaf door, with locking facilities.

In case of circuits controlled by MCBs, group of MCB feeders can be offered in common
compartment. In such case number of MCB feeder to be used in a common compartment
shall not exceed 4 (four) and front of MCB compartment, shall have a viewing port of
toughen glass sheet for viewing and sheet steel door of module shall be lockable with star
knob/panel key.

1.1.13 After isolation of power and control circuit connections it shall be possible to safely
carryout maintenance in a compartment with the busbar and adjacent circuit live.
Necessary shrouding arrangement shall be provided for this purpose over the cable
terminations located in cable alley.

1.1.14 The minimum clearance in air between phases and between phase and earth for the entire
run of horizontal and vertical busbars, shall be 25mm. For all other components, the
clearance between “two live parts”, “A live part and an earthed part” and isolating distance
shall be atleast ten (10) mm throughout. Wherever it is not possible to maintain these
clearances, insulation shall be provided by sleeving or barriers. However, for horizontal
run of busbar minimum clearance of 25mm should be maintained even if they are sleeved.

1.1.15 The temperature rise of horizontal & vertical busbars when carrying rated current along
its full run shall in no case exceed 550C, with silver plated joints and 400C with all other
type of joints over an outside ambient temperature of 500C.

1.1.16 All single front boards shall be provided with removable bolted covers at the rear. The
covers shall be provided with danger labels.

1.1.17 All identical circuit breakers and module chasis of same test size shall be fully
interchangeable without having to carryout modifications.

1.1.18 All Circuit breaker boards shall be of Single Front type, with fully drawout circuit
breakers, which can be drawn out without having to unscrew any connections. The circuit
breakers shall be mounted on rollers and guides for smooth movement between SERVICE,
TEST and ISOLATED positions and for withdrawal from the Switchboard. Testing of the
breaker shall be possible in the TEST position.

1.1.19 Wherever two breaker compartments are provided in the same vertical section, insulating
barriers and shrouds shall be provided in the rear cable compartment to avoid accidental
touch with the live parts of one circuit when working on the other circuit.

1.1.20 All disconnecting contacts for power circuits shall be of robust design and fully self
aligning. Fixed and moving contacts of the power drawout contact system shall be silver
plated. Both fixed and moving contacts shall be replacement.

1.1.21 All AC & DC boards shall be of single Front type.

1.1.22 All module shall be fixed type except air circuit breaker module, which shall be drawout
type.

1.1.23 The connections from busbars to the main switch shall be fully insulated/shrouded, and
securely bolted. The partition between the feeder compartment and cable alley may be

______________________________________________________________________________
Section 6: LT Switchgear Page 2 of 19
non-metallic and shall be such construction as to allow cable cores with lugs to be easily
inserted in the feeder compartment for termination.

1.1.24 All equipment and components shall be neatly arrangement and shall be easily accessible
for operation and maintenance. The internal layout of all modules shall be subject to
Owner’s approval. Bidder shall submit dimensional drawings showing complete internal
details of Busbars and module components for each type and rating for approval.

1.1.25 The tentative power and control cable entries shall be from bottom. However, Owner
reserves the right to alter the cable entries, if required, during detailed engineering, without
any additional commercial implications.

1.1.26 Adaptor panels and dummy panels required to meet the various busbar arrangements and
layouts required shall be included in Bidder’s scope of work.

1.1.27 All sheet work shall be pre-treated, in tanks, in accordance with IS:6005. Degreasing shall
be done by alkaline cleaning. Rust and scale shall be removed by pickling with acid. After
pickling the parts shall be washed in running water. Then these shall be rinsed in slightly
alkaline hot water and dried. The phosphate coating shall ‘Class-C’ as specified in
IS:6005. The phosphated surfaces shall be rinsed and passivated prior to application of
stoved lead oxide primer coating after primer application, two coats of finishing synthetic
enamel paint on panels shall be applied, Electrostatic painting shall also be acceptable.

1.1.28 Finishing paint on panels shall be shade 692 (Smoke grey) of IS:5 unless required
otherwise by the OWNER. The inside shall be properly stoved. The paint thickness shall
be coated by peelable compound by spraying method to protect the finished surfaces from
scratches grease dirt and oily spots during testing, transportation, handling and erection.

1.2 DERATING OF EQUIPMENTS


1.2.1 The current ratings of all equipments as specified in the ‘Bill of Materials are the
minimum standards current ratings at a reference ambient temperature of 500C as per
relevant Indian Standards.

1.2.2 The Bidder shall indicate clearly the derating factors employed for each component and
furnish the basis for arriving at these derating duly considering the specified ambient
temperature of 500C.

1.3 POWER BUS BARS AND INSULATORS


1.3.1 All AC Distribution Boards shall be provided with three phase buses and a neutral bus bars
and the DC Distribution Boards shall be provided with two busbars.

1.3.2 It busbars and jumper connections shall be high conductivity aluminium/copper of


adequate size the bus bar size calculations shall be submitted for approval.

1.3.3 The Cross-Section of the busbars shall be uniform through out the length of Switchgear
and shall be adequately supported and braced to withstand the stresses due to the specified
short circuit currents.

1.3.4 All busbars shall be adequately supported by Non-hygroscopic, non-combustible, track


resistant & high strength type Polyester fibre glass Moulded Insulators. Separate supports
shall be provided for each phase and neutral busbar. If a busbar support is provided anti-
tracking barriers shall be provided between the supports.

1.3.5 All busbars joints shall be provided with high tensile steel bolts. Belleville/sprint washers
and nuts, so as to ensure good contacts at the joints. Non-silver plated Busbars joints shall
be thoroughly cleaned at the joint locations and a suitable contact grease shall be applied
just before making a joint.

1.3.6 All busbars shall be colour coded as per IS:375.


______________________________________________________________________________
Section 6: LT Switchgear Page 3 of 19
1.3.7 The Bidder shall furnish calculations alongwith the bid, establishing the adequacy of
busbar sizes for specified current ratings, on the basis of short circuit current and
temperature rise consideration at specified ambient temp.

1.4 EARTH BUS


1.4.1 A galvanised steel earthing shall be provided at the bottom of each panel and shall extend
throughout the length of each switchboard. It shall be welded/bolted to the frame work of
each panel and beaker earthing contact bar vertical bus shall be provided in each vertical
section which shall in turn be bolted/welded to main horizontal ground bus.

1.4.2 The earth bus shall have sufficient cross-section to carry the monetary short circuit and
short time fault currents to earth as indicated in ‘Bill of Material’s without exceeding the
allowable temperature rise.

1.4.3 Suitable arrangements shall be provided at each end of the horizontal earth bus for bolting
to Owner’s earthing conductors. The horizontal earth bus shall project out the switchboard
ends and shall have predrilled holes for this connection. A joint spaced and taps to earth
bus shall be made through at least two bolts.

1.4.4 All non-current metal work of the Switchboard shall be effectively bonded to the earth
bus. Electrical conductivity of the whole switchgear enclosures frame work and the truck
shall be maintained even after painting.

1.4.5 The truck and breaker frame shall get earthed while the truck is being inserted in the panel
and positive earthing of the truck and breaker frame shall be maintained in all positions.
SERVICES & ISOLATED, as well as through out the intermediate travel.

1.4.6 Each module frame shall get engaged to the vertical earth bus. Before the disconnecting
contacts on these module are engaged to the vertical busbar.

1.4.7 All metallic cases of relays, instruments and other panel mounted equipments shall be
connected to earth by independent standard copper wires of size not less than 2.5mm2.
Insulation colour code of earthing wires shall be green. Earthing wires shall be connected
to terminals with suitable clamp connections and soldering is not acceptable. Looping of
earth connections which would result in loss of earth connection to the devices when a
device is removed is not acceptable. However, looping of earth connections between
equipment to provide alternative paths or earth bus is acceptable.

1.4.8 VT and CT secondary neutral point earthing shall be at one place only, on the terminal
block. Such earthing shall be made through links so that earthing on one secondary circuit
shall be removed without disturbing the earthing of other circuit.

1.4.9 All hinged doors shall be earthed through flexible earthing braid.

1.4.10 Caution nameplate ‘Caution-Live Terminals’ shall be provided at all points where the
terminals are like to remain live and isolation is possible only at remote end.

1.5 AIR CIRCUIT BREAKERS


1.5.1 Circuit breakers shall be three-pole air break horizontal drawout type and shall have
inherent fault making and breaking capacities as specified in “Technical Parameters”. The
circuit breakers which meet specified parameter only after provision of releases or any
other devices shall not be acceptable.

1.5.2 Circuit breakers shall be mounted along with operating mechanism on a wheeled carried.
Suitable guides shall be provided to minimise misalignment of the breaker.

1.5.3 There shall be ‘Service’, ‘Test’ and ‘Fully withdrawn positions for the breakers. In “Test’
position the circuit breaker shall be capable of being tested for operation without
______________________________________________________________________________
Section 6: LT Switchgear Page 4 of 19
energising the power circuits i.e. the power contacts shall be disconnected while Control
circuits shall remain undisturbed. Locking facilities shall be provided so as to prevent
movement of the circuit breaker from the ‘SERVICE’, ‘TEST’ or FULLY WITHDRAWN’
position. It shall be possible to close the door in TEST position.

1.5.4 All circuit breakers shall be provided with 4 NO and 4 NC potential free auxiliary
contacts. These contacts shall be addition to those required for internal mechanism of the
breaker. Separate limit switches each having required number of contacts shall be provided
in both ‘SERVICE & ‘TEST’ position of the breaker. All contacts shall be rated for making
continuously carrying and breaking 10 Amps at 240 V AC and 1 Amp (Inductive) at 220
DC.

1.5.5 Suitable mechanical indications shall be provided on all circuit breakers to show ‘OPEN’.
‘CLOSE’, ‘SERVICE’, TEST’ and ‘SPRING CHARGED’ positions.

1.5.6 Main poles of the circuit breakers shall operate simultaneously in such a way that the
maximum difference between the instants of contacts touching during closing shall not
exceed half cycle of rated frequency.

1.5.7 All circuit breakers shall be provided with the interlocks as explained in further clauses.

1.5.8 Movement of a circuit breaker between SERVICE AND TEST positions shall not be
possible unless it is OPEN position. Attempted with drawl of a closed circuit breaker shall
trip the circuit breaker.

1.5.9 Closing of a circuit breaker shall not be possible unless it is SREVICE, TEST POSITION
or in FULLY WITHDRAWN POSITION.

1.5.10 Circuit breaker cubicles shall be provided with safety shutters operated automatically by
the movement of the circuit breaker carriage to cover the stationery isolated contacts when
the breaker is withdrawn. It shall however, be possible to open the shutters intentionally,
against spring pressure for testing purpose.

1.5.11 A breaker of particular rating shall be prevented from insertion in a cubicle of a different
rating.

1.5.12 Circuit breakers shall be provided with electrical anti-pumping and trip feature, even if
mechanical antipumping feature is provided.

1.5.13 Mechanical tripping shall be possible by means of front mounted RED ‘TRIP’ push-
button. In case of electrically operated breakers these push buttons shall be shrouded to
prevent accidental operation.

1.5.14 Breaker controlled motors shall operate satisfactorily under the following conditions :-

i) Direct on-line starting of Induction Motors rated 110kW to 220 kW with a locked rotor
current of seven times the rated current, and starting time of up to 30 seconds.

ii) Breaking on-load, full load and locked motor currents of Induction Motors for rated
100 kW to 220kW.

1.5.15 Means shall be provided to slowly close the circuit breaker in withdrawn position. If
required for inspection and setting of Contacts, in service position slow closing shall not
be possible.

1.5.16 Power operated mechanism shall be provided with a universal motor suitable for operation
220V DC Control supply with voltage variation from 90% to 110% rated voltage. Motor
insulation shall be class ‘E’ or better.

______________________________________________________________________________
Section 6: LT Switchgear Page 5 of 19
1.5.17 The motor shall be such that if requires not more than 30 seconds for fully charging the
closing spring.

1.5.18 Once the closing springs are discharged, after the one closing operation of circuit breaker,
it shall automatically initiate, recharging of the spring.

1.5.19 The mechanism shall be such that as long as power is available to the motor, a continuous
sequence of closing and opening operations shall be possible. After failure of power
supply at least one open-close open operation shall be possible.

1.5.20 Provision shall be made for emergency manual charging and as soon as this manual
charging handle is coupled, the motor shall automatically get mechanically decoupled.

1.5.21 All circuit breakers shall be provided with closing and trip coils. The closing coils shall
operate correctly at all values of Voltage between 85% to 110% at rated control voltage.
The trip coil shall operate satisfactorily under all values of supply voltage between 70% to
110% of rated control voltage.

1.5.22 Provision for mechanical closing of the breaker only in ‘TEST’ and ‘WITHDRAWN’
positions shall be made.

1.5.23 PROTECTION CO-ORDINATION


1.5.23.1 It shall be the responsibility of the Contractor to fully co-ordinate the overload and short
circuit tripping of the circuit breakers with the upstream and down stream circuit
breakers/fuses/motor starters, to provide satisfactory discrimination.

1.6 MOULDED CASE CIRCUIT BREAKER (MCCB) and MCB


1.6.1 MCCB shall in general conform to IS:13949 Part-2, All MCCB shall be P2 duty.

1.6.2 MCCB shall be flush mounted on the AC/DC distribution boards.

1.6.3 MCCBs shall be provided with thermo-magnetic type release for over current and short
circuit protection. The setting of the thermal release shall be adjustable between 75% to
100% of the rated current. The MCCB shall have breaking capacity not less than 20kA.

1.6.4 MCCBs used for ACDB incomers and Bus coupler shall be equipped with stored energy
mechanism for electrical closing and tripping. All other MCCBs shall be manually
operated. The operating handle should give a clear trip indication.

1.6.5 Miniature circuit breaker (MCB) shall conform to IEC:898-1998 and IS:8928.

1.7 RELAYS
1.7.1 All relays and timers in protective circuits shall be flush mounted on panel front with
connections from the inside. They shall have transparent dust tight covers removable from
the front. All protective relays shall have a drawout construction for easy replacement
from the front. They shall either have built-up test facilities, or shall be provided with
necessary test blocks and test switches located immediately below each relay. The
auxiliary relays and timers may be furnished in non-drawout cases.

1.7.2 All AC relays shall be suitable for operation, at 50 Hz with 110 Volts secondary and 1 amp
or 5 amp CT secondary.

1.7.3 All protective relays and timers shall have at least two potentially free output contracts.
Relays shall have contacts as required for protection schemes. Contacts of relays and
timers shall be silver faced and shall have a spring action. Adequate number of terminals
shall be available on the relay cases for applicable relaying schemes.

1.7.4 All protective relays auxiliary relays and timers shall be provided with hand rest operation
indicators (flags) and analysing the case of operation.
______________________________________________________________________________
Section 6: LT Switchgear Page 6 of 19
1.7.5 All relays shall withstand a test voltage of 2 KV (rms) for one minute.

1.7.6 Motor starters shall be provided with three element, ambient temperature compensated,
time lagged, hand reset type overload relays with adjustable settings. The setting ranges
shall be properly selected to suit the motor ratings. These relays shall have a separate
black coloured hand reset push button mounted on compartment door and shall have at
least one changeover contact.

1.7.7 All fuse-protected contractor-controlled motors shall have phasing protection, either as a
distinct feature in the overload relays (by differential movement of bimetallic strips), or as
a separate device. The single phasing protection shall operate even with 80% of the set
current flowing in two of the phases.

1.8 CONTACTORS
1.8.1 Motor starter contactors shall be air break, electromagnetic type rated for uninterrupted
duty as per IS:13957 (Part 4).

1.8.2 Contactors shall be double break, non-gravity type and their main contacts shall be silver
faced.

1.8.3 Direct on line starter contactors shall be utilisation category AC2. These contactors shall
be as IS:13947 (Part 4).

1.8.4 Each contactor shall be provided with two (2) normally open (NO) and two (2) normally
close (NC) auxiliary contacts.

1.8.5 Operating coils of contactors shall be of 240V AC Unless otherwise specified elsewhere.
The Contactors shall operate satisfactorily between 85% to 110% of the rated voltage. The
Contactor shall drop out at 70% of the rated voltage.

1.9 INSTRUMENT TRANSFORMERS


1.9.1 All current and voltage transformers shall be completely encapsulated cast resin insulated
type suitable for continuous operation at the temperature prevailing inside the switchgear
enclosure, when the switchgear is operating at its rated condition and the outside ambient
temperature is 500C.

1.9.2 All instrument transformers shall be able to withstand the thermal and mechanical stresses
resulting from the maximum short circuit and momentary current ratings of the associated
switchgear.

1.9.3 All instrument transformer shall have clear indelible polarity markings. All secondary
terminals shall be wired to a separate terminal on an accessible terminal block where star-
point formation and earthing shall be done.

1.9.4 Current transformers may be multi or single core type. All voltage transformers shall be
single phase type. The bus VTs shall be housed in a separate compartment.

1.9.5 All VTs shall have readily accessible HRC current limiting fuses on both primary and
secondary sides.

1.10 INDICATING INSTRUMENTS


1.10.1 All indicating and integrating meters shall be flush mounted on panel front. The
instruments shall be of at least 96 mm square size with 90 degree scales, and shall have an
accuracy class of 2.5 or better. The covers and cases of instrument and meters shall
provide a dust and vermin proof construction.

______________________________________________________________________________
Section 6: LT Switchgear Page 7 of 19
1.10.2 All instruments shall be compensated for temperature errors and factory calibrated to
directly read the primary quantities. Means shall be provided for zero adjustments without
removing or dismantling the instruments.

1.10.3 All instruments shall have white dials with black numerals and lettering. Black knife edge
pointer with parallax free dials will be preferred.

1.10.4 Ammeters provided on Motor feeders shall have a compressed scale at the upper current
region to cover the starting current.

1.10.5 Watt-hour meters shall be of 3 phase three element type, Maximum demand indicators
need not be provided.

1.11 CONTROL & SELECTOR SWITCHES


1.11.1 Control & Selector switches shall be of rotary type with escutcheon plates clearly marked
to show the function and positions. The switches shall be of sturdy construction suitable
for mounting on panel front. Switches with shrouding of live parts and sealing of contacts
against dust ingress be preferred.

1.11.2 Circuit breaker selector switches for breaker controlled motor shall have three stay put
positions marked ‘Switchgear’, ‘Normal’ and ‘Trial’ respectively. They shall have two
contacts of each of the three positions and shall have black shade handles.

1.11.3 Ammeter and voltmeter selector switches shall have four stay out position with adequate
number of contacts for three phase 4 wire system. These shall have oval handles Ammeter
selector switches shall have make before break type contacts to prevent open circuiting of
CT secondaries.

1.11.4 Contacts of the switches shall be spring assisted and shall be of suitable material to give a
long trouble free service.

1.11.5 The contact ratings shall be at least the following :

i) Make and carry continuously 10 Amp.


ii) Breaking current at 220V DC 1 Amp (Inductive)
iii) Breaking current at 240V DC 5 Amp (at 0.3 pf lagging)

1.12 AIR BREAK SWITCHES


1.12.1 Air breaker switch shall be of the heavy duty, single throw group operated, load break,
fault make type complying with IS:4064.

1.12.2 The Bidder shall ensure that all switches are adequately rated so as to be fully protected by
the associated fuses during all abnormal operating conditions such as overload, locked
motor, short circuit etc.

1.12.3 Switch operating handles shall be provided with padlocking facilities to lock them in
‘OFF’ position.

1.12.4 Interlocks shall be provided such that it is possible to open the cubicle door only when the
switch is in ‘OFF’ position and to close the switch only when the door is closed. However
suitable means shall be provided to intentionally defeat the interlocks explained above.

1.12.5 Switches and fuses for AC/DC control supply and heater supply wherever required shall
be mounted inside and cubicles.

1.13 PUSH BUTTONS


1.13.1 Push-buttons shall be of spring return, push to actuate type. Their contacts shall be rated to
make, continuously carry and break 10A at 240V and 0.5A (inductive) at 220V DC.

______________________________________________________________________________
Section 6: LT Switchgear Page 8 of 19
1.13.2 All push-buttons shall have one normally open and one normally closed contact, unless
specified otherwise. The contact faces shall be of silver or silver alloy.

1.13.3 All push-buttons shall be provided with integral escutcheon plates marked with its
function.

1.13.4 The colour of the button shall be as follows :-

i) GREEN : For motor START, Breaker CLOSE


ii) RED : For motor TRIP, Breaker OPEN
iii) BLACK : For overload rest

1.13.5 All push-buttons on panels shall be located in such a way that Red-push-buttons shall
always be to the left green push-buttons.

1.14 INDICATING LAMPS


1.14.1 Indicating lamps shall be of the panel mounting cluster LED type. The lamps shall have
escutcheon plates marked with its function, wherever necessary.

1.14.2 Lamps shall have translucent lamp-covers of the following colours, as warranted by the
application :

i) RED : For motor ON, Breaker CLOSED


ii) GREEN : For motor OFF, Breaker OPEN
iii) WHITE : For motor Auto-trip
iv) BLUE : For all healthy conditions (e.g. control supply,
and also for ‘SPRING CHARGED”
v) AMBER : For all alarm conditions (e.g. overload) Also
for ‘SERVICE’ and ‘TEST’ positions indicators.

1.14.3 Lamps shall be easily replaceable from the front of the cubicle.

1.14.4 Indication lamps should be located just above the associated push buttons/control
switches. Red Lamps shall invariable be located to the right of green lamps. In case a
white lamp is also provided, it shall be placed between the red and green lamps along with
the centre line of control switch/push button pair. Blue and Amber lamps should normally
be located above the Red and Green Lamps.

1.14.5 When associated with push-buttons, red lamps shall be directly above the green push
button, and green lamps shall be directly above the red push-button. All indicating lamps
shall be suitable for continuous operation at 90 to 110% of their rated voltage.

1.15 FUSES
1.15.1 All fuses shall be of HRC cartridge fuse link type. Screw type fuses shall not be accepted.
Fuses for AC Circuits shall be of class 2 type, 20 kA (RMS) breaking current at 415 AC,
and for DC circuits Class 1 type 5 kA breaking current.

1.15.2 Fuses shall have visible operation indicators.

1.15.3 Fuses shall be mounted on fuses carriers, which are mounted on fuse bases, wherever it is
not possible to mount fuses on carriers fuses shall be directly mounted on plug in type of
bases, In such cases one set of insulated fuse pulling handles shall be supplied with each
switchgear.

1.15.4 Fuse rating shall be chosen by the Bidder depending upon the circuit requirements and
these shall be subject to approval of OWNER.

______________________________________________________________________________
Section 6: LT Switchgear Page 9 of 19
1.16 TERMINAL BLOCKS
1.16.1 Terminal blocks shall be of 1100 volts grade and have continuous rating to carry the
maximum expected current on the terminals. It shall be complete with insulating barriers,
clip-on-type/stud type terminals for Control Cables and identification strips. Making on
terminal strip shall correspond to the terminal numbering on wiring on diagrams. It shall
be similar to ‘ELEMAX’ standard type terminals, cage clamp type of Phoenix or WAGO
or equivalent.

1.16.2 Terminal blocks for CT and VT secondary leads shall be provided with test links and
isolating facilities. CT secondary leads shall be provided distributed on all terminal
circuiting and earthing facilities. It shall be similar to ‘Elem’, ‘CATD’ – Type.

1.16.3 In all circuit breaker panels at least 10% spare terminals for external connections shall be
provided and these spare terminals shall be uniformly distributed on all terminal blocks.
Space for adding another 10% spare terminals shall also be available.

1.16.4 All terminals blocks shall be suitable for terminating on each side, two (2) nos. of 2.5mm
square size standard copper conductors.

1.16.5 All terminals shall be numbered for identification and grouped according to the function.
Engraved white-on-black labels shall be provided on the terminal blocks.

1.16.6 Wherever duplication of a terminal block is necessary it shall be achieved by solid


bonding links.

1.16.7 Terminal blocks shall be arranged with at least 100 mm clearance between two sets of
terminal block. The minimum clearance between the first row of terminal block and the
associated cable gland plate shall be 250 mm.

1.17 NAME PLATES AND LABELS


1.17.1 All switchgears AC/DC distribution boards shall be provided with prominent, engraved
identification plates. The module identification plate shall clearly give the feeder number
and feeder designation. For single front switchboards, similar panel and board
identification labels shall be provided at the rear also.

1.17.2 All name plates shall be of non-rusting metal or 3-ply lamicoid with white engraved
lettering on black back ground. Inscriptions and lettering sizes shall be subject to OWNER
approval.

1.17.3 Suitable plastic sticker labels shall be provided for easy identification of all equipments,
located inside the panel/module. These labels shall be positioned so as to be clearly inside
visible and shall give the device number as mentioned in the module wiring drawings.

1.18 SPACE HEATER


1.18.1 Space heater shall be provided in all the boards for preventing harmful moisture
condensation.

1.18.2 The space heaters shall be suitable for continuous operation on 240V, AC, 50 Hz, single
phase supply, and shall be automatically controlled by thermostats. Necessary isolating
switches and fuses shall also be provided.

1.19 CONTROL AND SECONDARY WIRING


1.19.1 All switchboards shall be supplied completely wired internally upto the terminal blocks
ready to receive Owner’s control cables.

1.19.2 All inter cubicle and inter panel wiring and connections between panels of same
switchboard including all bus wiring for AC and DC supplies shall be provided by the
bidder.

______________________________________________________________________________
Section 6: LT Switchgear Page 10 of 19
1.19.3 All internal wiring shall be carried out with 1100V grade, single core, 2.5 square mm or
larger standard copper wires having colour coded, PVC insulation. CT circuits shall be
wired with 2.5 square mm copper wires. Voltages and insulation shall be same as above.

1.19.4 Extra-flexible wires shall be used for wiring to device mounted on moving parts such as
hinged doors.

1.19.5 All wiring shall be properly supported, neatly arranged, readily accessible and securely
connected to equipment terminals and terminals blocks.

1.20 POWER CABLES TERMINATION


1.20.1 Cable termination compartment and arrangement for power cables shall be suitable for
standard aluminium conductor, armoured XLPE/PVC insulated and sheathed, single
core/three core, 1100V grade cables.

1.20.2 All necessary cable terminating accessories such as Gland plates, supporting clamps and
brackets, power cable lugs, hardware etc., shall be provided by successful bidder, suit the
final cable sizes which would be advised later.

1.20.3 The gland plate shall be removable type and shall cover the entire cable alley. Bidder shall
also ensure that sufficient space is provided for all cable glands. Gland plates shall be
factory-drilled according to the cable gland sizes and number which shall be informed to
the Contractor later. For all single core cables, gland plates shall be of non-magnetic
Material.

1.21 TYPE TESTS


1.21.1 Type test reports of Panels (Switchgear and Control gear assemblies) as per IS 8623 Part-I
shall be submitted for the following tests in line with clause 9.0 of Section GTR before the
fabrication of switchgear is started :

i) Verification of temperature rise limits


ii) Verification of the dielectric properties
iii) Verification of short circuit strength
iv) Verification of the continuity of the protective circuit
v) Verification of clearances and creepage distances
vi) Verification of mechanical operation
vii) Verification of degree of protection

1.21.2 Contractor shall submit type test reports for the following Switchgear and Control gears
before the fabrication of switchgear is started :

1. Circuit breakers / MCCB as per IS 13947 Part-II


2. Protective Relays as per IEC:60255
for the above equipments test conducted once are acceptable (i.e. The requirement of test
conducted within last five years shall not be applicable).

1.22 ERECTION, TESTING AND COMMISSIONING


1.22.1 The Contractor shall unload, erect, install, test and put into commercial use all electrical
equipment included in this specification.

1.22.2 Equipment shall be installed in a neat, workman like manner so that it is level, plumb,
square and properly aligned and oriented. Tolerance shall be as established in Contractor’s
drawings or as stipulated by Owner. No equipment shall be permanently bolted down to
foundations until the alignment has been checked and found acceptable by the Owner.

1.22.3 Contractor shall furnish all supervision, labour tools equipment rigging materials, bolts,
wedges, anchors, concrete inserts etc. in proper time required to completely install, test
and commission the equipment.

______________________________________________________________________________
Section 6: LT Switchgear Page 11 of 19
1.22.4 Manufacturer’s and Owner’s instructions and recommendations shall be correctly followed
in handling, setting, testing and commissioning of all equipment.

1.22.5 Contractor shall move all equipment into the respective from through the regular door or
openings specifically provided for this purpose. No part of the structure shall be utilized to
lift or erect any equipment without prior permission of Owner.

1.22.6 All boards shall be installed in accordance with Indian Standards IS:3072 and at Owner’s
instructions. All boards shall be installed on finished surfaces, concrete or steel stills.
Contractor shall be required to install and align any channel sills which form part of
foundations. In joining shipping sections of switchboards together adjacent housing of
panel sections or flanged throat sections shall be bolted together after alignment has bee
complete. Power bus, enclosures ground and control splices of conventional nature shall
be cleaned and bolted together being drawn up with torque spanner of proper size or by
other approved means.

1.22.7 All boards shall be made completely vermin proof.

1.22.8 Contractor shall take utmost care in holding instruments, relaying and other delicate
mechanism wherever the instruments and relays are supplied separately they shall be
mentioned only after the associated panels have been erected and aligned. The packing
materials employed for safe transit of instrument and relays shall be removed after
ensuring that panel have been completely installed and to further movement of the same
should be necessary. Any damage shall be immediately reported to Owner.

1.22.9 Equipment furnished with finished coats of paint shall be touched by up Contractor if their
surface is specified or marred while handling.

1.22.10 After installation of panels, power and control wiring and connections, Contractor shall
perform operational tests on all switchboards, to verify proper operation of
switchboards/panels and correctness of all equipment in each and every respect. The cable
opening and cables entries for cables terminating to the panels shall be sealed with fire
sealing materials.

1.23 COMMISSIONING CHECK TESTS


The contractor shall carry out the following commissioning checks, in addition to the other
checks and tests recommended by the manufacturers.

1.23.1 General
1.23.1.1 Check name plate details according to the specification.
1.23.1.2 Check for physical damage.
1.23.1.3 Check tightness of all bolts, clamps, joints connecting terminals.
1.23.1.4 Check earth connections
1.23.1.5 Check cleanliness of insulators and bushings
1.23.1.6 Check all moving parts for proper lubrication
1.23.1.7 Check settings of all the relays

1.23.2 Circuit Breakers


1.23.2.1 Check alignment of breaker truck for free movement
1.23.2.2 Check correct operation of shutters
1.23.2.3 Check control wiring for correctness of connections, continuity and IR values
1.23.2.4 Manual operation of breaker completely assembled
1.23.2.5 Power closing/opening operation, manually and electrically
1.23.2.6 Breaker closing and tripping time
1.23.2.7 Trip free and anti-pumping operation
1.23.2.8 IR values, minimum pick up voltage and resistance of coils
1.23.2.9 Contact resistance
1.23.2.10 Simultaneous closing of all the three phases
1.23.2.11 Check electrical & mechanical interlocks provided
______________________________________________________________________________
Section 6: LT Switchgear Page 12 of 19
1.23.2.12 Check on spring charging motor, correct operation of limit switches and time of charging.
1.23.2.13 All functional checks

1.23.3 Current Transformers


1.23.3.1 Meggar between winding and winding terminals to body
1.23.3.2 Polarity test
1.23.3.3 Ratio identification checking of all ratios on all cores by primary injection of current.
1.23.3.4 Spare CT cores, if available, to be shorted and earthed.

1.23.4 Voltage Transformer


1.23.4.1 Insulation resistance test
1.23.4.2 Ratio test on all cores
1.23.4.3 Polarity test
1.23.4.4 Line connections as per connection diagram

1.23.5 Cubicle Wiring


1.23.5.1 Check all switch developments
1.23.5.2 Each wire shall be traced by continuity tests and it should be made sure that the wiring is
as per relevant drawing. All interconnections between panels/equipment shall be similarly
checked.
1.23.5.3 All the wires shall be meggared to earth
1.23.5.4 Functional checking of all control circuit e.g. closing, tripping control, interlock,
supervision and alarm circuit.

1.23.6 Relays
1.23.6.1 Check connections and wiring
1.23.6.2 Meggar all terminals to body
1.23.6.3 Meggar AC to DC terminals
1.23.6.4 Check operating characteristics by secondary injection
1.23.6.5 Check minimum pick up voltage of DC coils
1.23.6.6 Check operation of electrical/mechanical targets
1.23.6.7 Relays settings
1.23.6.8 Check CT and VT connections with particular reference to their polarities for directional
relays wherever required.

1.23.7 Meters
1.23.7.1 Check calibration by comparing it with a sub-standard.
1.23.7.2 Megger all insulated portions.
1.23.7.3 Check CT and VT connections with particulars reference to their polarities for power type
meters.

1.24 SPECIAL TOOLS AND TACKLES


1.24.1 The Bidder shall include in his proposal any special tools and tackles required for erection,
testing commissioning and maintenance of the equipments offered.

1.24.2 The list of these special tools and tackles shall be given in the bid proposal sheets along
with their respective prices.

1.24.3 The total price of the special tools and tackles shall be included in proposal sheets.

1.25 EQUIPMENT TO BE FURNISHED


1.25.1 The Bidder shall quote for various AC/DC distribution boards as given in Bill of Materials
and in accordance with this specification.

1.25.2 Standard scheme of interconnection of switchboards and distribution boards along with
tentative feeder disposition for each board is indicated in Standard SLD of A/C & DC
system enclosed bid documents. The bidder shall quote board prices on the basis of
standard SLD and their estimation of feeders for entire present and future bays

______________________________________________________________________________
Section 6: LT Switchgear Page 13 of 19
requirement. Any other feeder required as per system requirement for efficient and reliable
operation shall be deemed to be included in bidder’s scope.

1.25.3 The Bill of Materials for each type of module shall be as under. These are minimum
indicative requirement of the system. The necessary auxiliary relays, push buttons and
indicating lamps shall be provided as per scheme requirement. Any other item / component
required with in a module for efficient and reliable operation shall be deemed to be
included in bidder’s scope. The scheme shall have provision for remote annunciation for
the followings :
a) Station LT (415V) AC incomer supply unhealthy.
b) 220V DCDB U/V, O/V & Earth leakage relay operated.
c) DG set start
d) DG set protection

1.25.4 Module Type AE (Electrically controlled circuit breaker for incoming and Bus
Coupler Circuit).

i) One (1) Triple pole air circuit breaker complete with all accessories and power
operated mechanism as specified.

ii) Two (2) Neutral Link.

iii) Three (3) Current Transformer for metering.

iv) One (1) Ammeter with selector switch.

v) Three (3) Current Transformer for relaying.

vi) One (1) Triple pole instantaneous over-current relay having the setting range of
200-800% or 500-2000% of CT secondary and adjustable definite
minimum time.

vii) One (1) Instantaneous earth fault relay having and adjustable setting range of 10-
40% or 20-80% of CT secondary current and adjustable definite minimum
time. The earth fault relay shall be provided with a stabilizing resistor.

1.25.5 Module Type – M1 (Circuit Breaker Controlled Motor Feeder)


i) One (1) Triple pole Air Circuit Breaker complete with accessories, and power
operated mechanism as specified.

ii) One (1) Three position 6 pole selector switch


‘SWITCHGEAR / NORMAL / TRIAL’.

iii) Three (3) Current Transformer for meeting.

iv) One (1) Ammeter with Ammeter Selector Switch.

v) Three (3) Current Transformer for relaying.

vi) One (1) Triple pole instantaneous over-current relay for providing positive
sequence current protection in all the three phases. The relay setting range
shall be continuously adjustable between 200-800% or 400-1600% of CT
secondary rated current as required.

vii) One (1) Double pole inverse definite minimum time over current relays connected
in R&B phases for over current protection of motor rated 110kw – 200kw.
The relay shall have an adjustable setting range of 50%-200% of CT
Secondary current and time setting range of 0-30 Second. The relay shall
be CDGM-22 of EE or equivalent.
______________________________________________________________________________
Section 6: LT Switchgear Page 14 of 19
viii) One (1) Single pole adjustable definite time delay for motor overload alarm
connected in Y-phase only. The relay shall have resetting ratio of not less
than 90%. The relay shall have continuously adjustable time delay range
of 2.5 to 25 Sec.

ix) One (1) Instantaneous earth fault relay having an adjustable setting range of 10-
40% or 20-80% of CT secondary current. The earth fault relay shall be
provided with a stabilizing resistor.

1.25.6 Module Type E


i) One (1) Four pole MCCB

1.25.7 Module G-1 (VT Module with under Voltage Relay)


i) Three (3) 415/√3/110√3volts single phase voltage transformer star / star connect
with star point solidity earthed mounted on common draw out chassis.
Accuracy Class 0.5 for protection and metering with 50VA Burden.

ii) HRC Fuses mounted on the above chassis.

iii) One (1) Four Position voltmeter selector switch.

iv) One (1) Voltmeter (0-500V)

v) One (1) Double pole instantaneous under voltage relays with continuous variable
setting range of 40-80% of 110 Volts.

vi) One (1) Time delay pick up relay having a time setting range of 0.5 to 3 secs. With
3 ‘No’. Self reset contacts, suitable for 220V DC.

vii) One (1) Auxiliary relay 220V DC with 2 No. self reset contacts.

viii) Three (3) Indicating lamps with series resistor and colour lenses (Red, Blue &
Yellow).

1.25.8 Module Type G-2


i) Three (3) HRC Fuse

ii) One (1) Voltmeter (0-500V)

iii) One (1) Voltmeter selector switch four position (R-Y, Y-B, B-R OFF).

iv) Three (3) Indication lamps (Red, Blue & Yellow)

1.25.9 Module Type H & H (BC) (Isolating Switch Controlled Incoming Circuit)
i) One (1) Four pole MCCB

ii) One (1) Red Indicating lamp to indicate isolating switch closed position.

1.25.10 Module Type S : (DC Metering and Protection Module)


i) One (1) Vol tmeter 300-0-300V DC for 220V DC DB.

ii) One (1) Three (3) position voltmeter selector switch

iii) One (1) Instantaneous under voltage relay with 95% of 220V DC. The resetting
ratio of relay should not be more than 1.25. the relay shall be provided
with a series resistor and a push button across it for resetting (pick up) the
relay at about 105% of the drop out voltage.

______________________________________________________________________________
Section 6: LT Switchgear Page 15 of 19
iv) One (1) Instantaneous over voltage relay with setting range of 110% of 220V DC.
The resetting ratio of relay should not be less than 0.8. the relay shall have
a push button in series of resetting the relay at about 95% of the operating
voltage.

v) One (1) Earth leakage relay only for 220V DC system having adjustable pick up
range between 3 to 7 milliamps the relay shall be suitable for 220V
DC/240V AC Auxiliary supply.

1.25.11 Module Type X


One (1) Double pole 250V MCB

1.25.12 Module Type-DC (Incomer from Battery & Chargers)


i) One (1) Double pole 250V DC MCCB for incomer from Battery.

ii) One (1) DC ammeter with shunt and range of 90-0-400 Amps. For 220V DC DB.

iii) Two (2) Double pole 250V DC MCCB / MCB.

iv) One (1) Double pole single throw 250V DC air Break switch connecting battery &
charger sections to DC DB.

1.25.13 Module Type DG-1 (Electrically Controlled Circuit Breaker for Incomer from DG
Set)
a) One (1) Triple pole circuit breaker complete with all accessories and power
operated mechanism as specified.

b) One (1) Frequency meter.

c) One (1) Voltmeter with selector switch.

d) One (1) Remote/Local Selector switch.

e) Three (3) Current Transformer for Metering.

f) Six (6) Current Transformers for differential protection (out of this 3 Nos. will be
supplied loose for mounting in DG set panel).

g) Three (3) Current Transformer for relaying.

h) One (1) Ammeter Selector Switch.

i) One (1) Ammeter

j) One (1) Wattmeter of range 0-300 KW

k) One (1) Three pole voltage controlled definite time delay relay having current
setting range of 50-200% of CT secondary current and adjustable time
delay 0.3 to 3 secs.

l) One (1) Watt hour meter with six (6) digits and minimum count of one (1) kwh.

m) One (1) Single pole definite time over current relay having a continuous setting
range of 50-200% of CT secondary current and a time delay of 2.5-25 secs
connected in CT of Y phase for overload alarm. The relay shall have a
setting ratio of not less than 90%.

______________________________________________________________________________
Section 6: LT Switchgear Page 16 of 19
n) One (1) Three pole differential protection relay having an operating current setting
range of 10-40% of generator full load current. The relay shall be high
impedance type, with necessary stabilizing resistors.

o) Two (2) Push Buttons for Remote starting & stopping of DG Set (Red, Green).

1.25.14 Module Type H1


One (1) Double pole DC Switch with pad locking facility in off position.

1.25.15 Module Type EL


i) One (1) Four pole MCCB

ii) One (1) Contactor

iii) Electronic Timer suitable for continuous operation, push button and selector switch be
as per scheme requirement.

1.26 PARAMETERS

1.26.1 Power Supply


1.26.1.1 AC System 3 phase, 4 wire, solidly earthed

a) Voltage 415 Volts, + 10%


b) Frequency 50 Hz + 5%
c) Combined variation + 10% Absolute Sum in Voltage & frequency
d) fault Level 20 kA (rms)

1.26.1.2 DC System 2 Wire, unearthed

a) System Voltage 220V + 10%


b) Fault Level 5 kA

1.26.2 Control Supply Voltage

a) Trip and closing coils 220V DC Unearthed


b) Spring charging 220V DC Unearthed

1.26.3 Cubicle Data

1.26.3.1 Busbar Rating

a) Continuous As specified in ‘Bill of Materials’


for Vertical panels
b) Short time (1 sec.)kA (rms) 20 kA
c) Momentary (kA) 45 kA
d) Ambient Temperature 500C
e) One Minute Power Frequency Withstand
I. Power Circuit 2500 Volts (rms)
II. Control Circuit 2500 Volts (rms)

1.26.3.2 Cubicle Colour Finish

a) Interior Glossy White


b) Exterior Smoke Grey shade No. 692 of IS:5

1.26.4 Circuit Breaker

a) Type Air break


b) No. of Poles 3
______________________________________________________________________________
Section 6: LT Switchgear Page 17 of 19
c) Voltage & Frequency 415 + 10%, 50 HZ + 5%
d) Rated Operating Duty B-3 Min, M-B-3 Min. MB
e) Symmetrical Interrupting rating 20 kA (RMS)
f) Short Circuit making current 45 kA (Peak)
g) Short time withstand 20 kA (RMS) for 1 Sec.
Current for 1 sec. Duration
h) Operating Mechanism 20 kA (RMS) for 1 Sec.
Current for 1 sec. Duration
i) No. of auxiliary contacts 4 NO & 4 NC contacts for Owner’s
use on fixed portion of the cubicle
j) Short Circuit breaking current
I. AC Component 20 kA (RMS)
II. DC Component As per IS:13947 (Part 2 )

1.26.5 MOULDED CASE CIRCUIT BREAKER

AC System DC System
a) No. of poles 4 2
b) Voltage & Frequency 415 + 10% 250 V
50 HZ + 5%
c) Rated Operating Duty P2 P2
d) Symmetrical interrupting rating 20 kA (RMS) 5 KA
e) Short Circuit making current 45 kA (Peak) --
f) No. of auxiliary contacts 2 NO & 2 NC 2 NO & 2 NC
g) Short Circuit breaking current
I. AC Component 20 kA (RMS) As per IS
II. DC Component As per IS 13947 As per IS 13947

1.26.6 Meters

a) Accuracy Class 0.5


b) One minute power frequency withstand test voltage 2.0kV

1.26.7 Current Transformers

a) Type Cast resin, Bar primary


b) Voltage class & frequency 650 V, 50 Hz
c) Class of Insulation E or better
d) Accuracy class Class 1, VA adequate for application
metering CT but not less than 7.5 VA
e) Accuracy class 5P 15, VA adequate for application,
protection CT but not less than 7.5 VA

f) Accuracy class PS, KPV = 300 V


differential protection
g) Short Time Current rating
(for CTs Associated with
circuit breakers)

I. Current 20 kA (RMS)
II. Duration One second
III. Dynamic Rating 45 kA (Peak)
IV. One minute Power frequency 2.5 kv (rms)
Withstand test Voltage

1.26.8 Voltage Transformer

a) Type Cast Resin


b) Rated Voltage
______________________________________________________________________________
Section 6: LT Switchgear Page 18 of 19
Primary 415/√3 V
Secondary 110/√3 V
c) Method of connection
Primary Star
Secondary Star
d) Rated Voltage Factor 1.1 continuous, 1.5 for seconds
e) Class of insulation E or better
f) One minute power frequency 2.5 KV (RMS)
withstand voltage
g) Accuracy class 0.5, not less than 20 VA

1.26.9 Relay

One minute power 2 kV (rms)


frequency withstand test

1.27 AUTOMATIC CONTROL OF OUTDOOR LIGHTING


1.27.1 EL-type module of 415 V Main lighting distribution board and Emergency lighting
distribution board and shall be controlled by timer and contactor module to facilitate its
operation automatically.

1.28 AUTOMATIC SUPPLY CHANGEOVER


Automatic changeover between Incomer I, Income II and DG set is to be carried out
during the failure of supply in one/or both the incomers. After the restoration of the supply,
system shall be restored to normal condition automatically. The requirements of
changeover under various conditions are as below:-

i) Under normal conditions i.e. when supply is available in both the incomers,
incomers I&II of 415 V Main switchboard, ACDB shall be in closed condition and
Bus couplers and DG set breaker shall be in open condition.
ii) In case of failure of either of the sources, the incomer of that source shall trip and
Bus coupler shall get closed. On restoration of supply, normal conditions
described above are to be established automatically.
iii) In case of failure of supply in both the sources, both incomers, incomers of
ACDBs and ACDB Bus coupler shall trip and DG Set breaker switched on.

One restoration of one or both sources, DG Set breaker shall trip, DG set stopped
and conditions described in paragraph (i)/(ii) shall be restored.

To avoid unnecessary operation of switchgear for momentary disturbances all changeovers


from one state to another shall be intimated after a time delay, after the conditions
warranting such change has been detected.

______________________________________________________________________________
Section 6: LT Switchgear Page 19 of 19
SECTION-VII

BATTERY & BATTERY


CHARGER
SECTION : 7

BATTERY & BATTERY CHARGER

1.1 GENERAL TECHNICAL REQUIREMENTS

1.1.1 All materials/components used in battery chargers and batteries shall be free from flaws and defects
(maintenance free) and shall conform to the relevant Indian/IEC standards with latest amendment
and good engineering practice.
1.1.2 For 220/66kV/33kV sub-stations, DC System shall consist of two (2) float-cum-boost chargers and
two (2) battery sets for 220V system. The capacity of the battery indicated in the specification is
tentative. The contractor shall design the size/capacity. However the capacity shall be decided for a
10 Hour discharge rate. The standard scheme drawing is enclosed with this specification.
1.1.3 Bidder shall select number of cells, float and Boost voltage to achieve following system requirement:

System Maximum Voltage Minimum voltage available when no charger working


Voltage during Float operation & battery fully discharged upto 1.85V per cell.
220 Volt 242 Volt 198 Volt

Bidder shall furnish calculation in support of battery sizing, selection of number of cells, float and
Boost voltages during detailed engineering for Owners acceptance. Battery sizing calculations shall
be done as per IEEE- 485 on the basis of following duty cycle:

Load Duration Type of Loads


Continuous Load 3 hours Relays, IEDs, Station HMIs, spring charging,
Isolator interlocking load, Miscellaneous
220V DC
permanently connected loads etc.
System
Emergency Load 1 hour Substation emergency lighting loads
Momentary Load 1 minute Breaker closing, Tripping loads
(taking simultaneous occurrence as per
system)

1.1.4 The tele-communication/SCADA equipments shall be suitable to operate on 220V DC power supply
available in the substation.

1.2 Battery

1.2.1 Type
The DC Batteries shall be VRLA (Valve Regulated Lead-Acid) type and shall be Normal
Discharge type. These Batteries are intended to be used in air-conditioned atmosphere and shall be
suitable for a long life under continuous float operations and occasional discharges. The 220V DC
system is unearth.

1.2.2 Constructional Requirements


The design of battery shall be as per field proven practices. Partial plating of cells is not permitted.
Paralleling of cells externally for enhancement of capacity is not permitted. Protective transparent
front covers with each module shall be provided to prevent accidental contact with live
module/electrical connections.

1.2.3 Containers
The container material shall have chemical and electro-chemical compatibility and shall be acid
resistant. The material shall meet all the requirements of VRLA batteries and be consistent with the
life of battery. The container shall be fire retardant and shall have an Oxygen Index of at least 28%.
The porosity of the container shall be such as not to allow any gases to escape except from the
regulation valve. The tensile strength of the material of the container shall be such as to handle the
internal cell pressure of the cells in the worst working condition.

______________________________________________________________________________________________________________________
Section7 - Battery & Battery Charger Page 1 of 6
Cell shall not show any deformity or bulge on the sides under all working conditions. The container
shall be capable of withstanding the rigours of transport, storage and handling. The containers shall
be enclosed in a steel tray.

1.2.4 Cell Covers


The cell covers shall be made of suitable material compatible with the container material and
permanently fixed with the container. It shall be capable to withstand internal pressure without
bulging or cracking. It shall also be fire retardant. Fixing of Pressure Regulation Valve & terminal
posts in the cover shall be such that the seepage of electrolyte, gas escapes and entry of electro-static
spark are prevented.

1.2.5 Separators
The separators used in manufacturing of battery cells, shall be of glass mat or synthetic material
having high acid absorption capability, resistant to sulphuric acid and good insulating properties. The
design of separators shall ensure that there is no misalignment during normal operation and handling.

1.2.6 Pressure Regulation Valve


Each cell shall be provided with a pressure regulation valve. The valve shall be self re-sealable and
flame retardant. The valve unit shall be such that it cannot be opened without a proper tool. The
valve shall be capable to withstand the internal cell pressure specified by the manufacturer.

1.2.7 Terminal Posts


Both the +ve and –ve terminals of the cells shall be capable of proper termination and shall ensure its
consistency with the life of the battery. The surface of the terminal post extending above the cell
cover including bolt hole shall be coated with an acid resistant and corrosion retarding material.
Terminal posts or any other metal part which is in contact with the electrolyte shall be made of the
same alloy as that of the plates or of a proven material that does not have any harmful effect on cell
performance. Both +ve and –ve posts shall be clearly and unambiguously identifiable.

1.2.8 Connectors, Nuts & Bolts, Heat Shrinkable Sleeves


Where it is not possible to bolt the cell terminals directly to assemble a battery, separate non-
corroding lead or copper connectors of suitable size shall be provided to enable connection of the
cells. Copper connections shall be suitably lead coated to withstand corrosion due to sulphuric acid
at a very high rate of charge or discharge.
Nuts and bolts for connecting the cells shall be made of copper, brass or stainless steel. Copper or
brass nuts and bolts shall be effectively lead coated to prevent corrosion. Stainless steel bolts and
nuts can be used without lead coating. All inter cell connectors shall be protected with heat
shrinkable silicon sleeves for reducing the environmental impact including a corrosive environment.

1.2.9 Flame Arrestors


Each cell shall be equipped with a Flame Arrestor to defuse the Hydrogen gas escaped during charge
and discharge. Material of the flame arrestor shall not affect the performance of the cell.

1.2.10 Battery Bank Stand


All batteries shall be mounted in a suitable metallic stand/frame. The frame shall be properly painted
with the acid resistant paint. The suitable insulation shall be provided between stand/frame and floor
to avoid the grounding of the frame/stand.

1.2.11 Capacity Requirements


When the battery is discharged at 10 hour rate, it shall deliver 80% of C (rated capacity, corrected at
27º Celsius) before any of the cells in the battery bank reaches 1.85V/cell.
The battery shall be capable of being recharged from the fully exhausted condition (1.75V/cell)
within 10 hrs up to 90% state of charge. All the cells in a battery shall be designed for continuous
float operation at the specified float voltage throughout the life. The capacity (corrected at
27ºCelcius) shall also not be less than C and not more than 120% of C before any cell in the battery
bank reaches 1.75V/cell. The battery voltage shall not be less than the following values, when a fully
charged battery is put to discharge at C/10 rate:
(a) After Six minutes of discharge : 1.98V/cell
(b) After Six hours of discharge : 1.92V/cell
______________________________________________________________________________________________________________________
Section7 - Battery & Battery Charger Page 2 of 6
(c) After 8 hours of discharge : 1.85V/cell
(d) After 10 hours of discharge : 1.75V/cell
Loss in capacity during storage at an average ambient temperature of 35º Celsius for a period of 6
months shall not be more than 60% and the cell/battery shall achieve 85% of its rated capacity within
3 charge/discharge cycles and full rated capacity within 5 cycles, after the storage period of 6
months. Voltage of each cell in the battery set shall be within 0.05V of the average voltage
throughout the storage period. Ampere hour efficiency shall be better than 90% and watt hour
efficiency shall be better than 80%.

1.2.12 Expected Battery Life


The battery shall be capable of giving 1200 or more charge/discharge cycles at 80% Depth of
discharge (DOD) at an average temperature of 27º Celsius. DOD (Depth of Discharge) is defined as
the ratio of the quantity of electricity (in Ampere-hour) removed from a cell or battery on discharge
to its rated capacity.
The battery sets shall have a minimum expected life of 20 years at float operation.

1.2.13 Routine Maintenance of Battery system


For routine maintenance of battery system, the contractor shall supply 1 set of following tools:
a) Torque wrench.
b) Cell test voltmeter(-3-0-+3) volts

1.2.14 Type Test of Battery


The contractor shall supply type tested battery. The Contractor shall submit the Battery type test
reports of tests conducted on the same make, model, type & rating as offered as per the IEC 896-2 or
equivalent IS/EN/BS standards.

1.2.15 List of Factory & Site Tests for Battery

Sl. No. Test Factory Tests Site Tests


1. Physical Verification √ √
2. C/10 Capacity test on the cell √
3. 8 Hrs. Charge and 15 minutes discharge test at full √
rated load

1.3 Battery Charger


The DC system for 220 V DC is unearth. The Battery Chargers as well as their automatic regulators
shall be of static type and shall be compatible with offered VRLA batteries. All battery chargers
shall be capable of continuous operation at the respective rated load in float charging mode, i.e. Float
charging the associated DC Lead-Acid Batteries at 2.15 to 2.25 Volts per cell while supplying the
DC load. The chargers shall also be capable of Boost charging the associated DC Battery at 2.3 +/-
0.02 volts per cell at the desired rate. Charger shall regulate the float/boost voltage in case of
prescribed temperature rise of battery as per manufacturers recommendation to avoid thermal
runaway. Necessary temperature sensors shall be provided in mid location of battery banks and shall
be wired up to the respective charger for feedback control. The manufacturer shall demonstrate this
feature during testing of each charger. Battery charger should be thyristor controlled.
1.3.1 All Battery Chargers shall be provided with facility for both automatic and manual control of output
voltage and current. A selector switch shall be provided for selecting the mode of output
voltage/current control, whether automatic or manual. When on automatic control mode during Float
charging, the Charger output voltage shall remain within ±1% of the set value, for AC input voltage
variation of ±10%, frequency variation of ±5%, a combined voltage and frequency variation of
±10%, and a DC load variation from zero to full load.
1.3.2 All battery chargers shall have a constant voltage characteristics throughout the range (from zero to
full load) at the floating value of the voltage so as to keep the battery fully charged but without
harmful overcharge.
1.3.3 All chargers shall have load limiters having drooping characteristic, which shall cause, when the
voltage control is in automatic mode, a gradual lowering of the output voltage when the DC load
current exceeds the Load limiter setting of the Charger. The Load-limiter characteristics shall be
such that any sustained overload or short circuit in DC System shall not damage the Charger, nor

______________________________________________________________________________________________________________________
Section7 - Battery & Battery Charger Page 3 of 6
shall it cause blowing of any of the Charger fuses. The Charger shall not trip on overload or external
short circuit.
1.3.4 Uniform and step less adjustments of voltage setting (in both manual and automatic modes) shall be
provided on the front of the Charger panel covering the entire float charging output range specified.
Step less adjustments of the Load-limiter setting shall also be possible from 80% to 100% of the
rated output current for Charging mode.
1.3.5 During Boost Charging, the Battery Charger shall operate on constant current mode (when automatic
regulator is in service). It shall be possible to adjust the Boost charging current continuously over a
range of 50 to 100% of the rated output current for Boost charging mode.
1.3.6 The Charger output voltage shall automatically go on rising, when it is operating on Boost mode, as
the Battery charges up. For limiting the output voltage of the Charger, a potentiometer shall be
provided on the front of the panel, whereby it shall be possible to set the upper limit of this voltage
any where in the output range specified for Boost Charging mode.
1.3.7 The Charger manufacturer may offer an arrangement in which the voltage setting device for Float
charging mode is also used as output voltage limit setting device for Boost charging mode and the
Load-limiter of Float charging mode is used as current setting device in boost charging mode.
1.3.8 Suitable filter circuits shall be provided in all the chargers to limit the ripple content (Peak to Peak) in
the output voltage to 1%, irrespective of the DC load level, when they are not connected to a Battery.

1.3.9 MCCB
All Battery Chargers shall have 2 Nos. MCCBs on the input side to receive cables from two sources.
Mechanical interlock should be provided such that only one shall be closed at a time. It shall be of
P2 duty and suitable for continuous duty. MCCB’s should have auxiliary contacts for annunciation.

1.3.10 Rectifier Transformer


The rectifier transformer shall be continuously rated, dry air cooled (A.N) and of class F insulation
type. The rating of the rectifier transformer shall have 10% overload capacity.

1.3.11 Rectifier Assembly


The rectifier assembly shall be fully/half controlled bridge type and shall be designed to meet the
duty as required by the respective Charger. The rectifier shall be provided with heat sink having their
own heat dissipation arrangements with natural air cooling. Necessary surge protection devices and
rectifier type fast acting HRC fuses shall be provided in each arm of the rectifier connections.

1.3.12 Instruments
One AC voltmeter and one AC ammeter alongwith selector switches shall be provided for all
chargers. One DC voltmeter and DC ammeter (with shunt) shall be provided for all Chargers. The
instruments shall be flush type, dust proof and moisture resistant. The instruments shall have easily
accessible means for zero adjustment. The instruments shall be of 1.5 accuracy class. In addition to
the above a centre zero voltmeter with selector switch shall also be provided for 220V chargers for
testing purpose.

1.3.13 Air Break Switches


One DC output switch shall be provided in all chargers. They shall be air break type suitable for 500
volts AC/ 250 DC. The contacts of the switches shall open and close with a snap action. The
operating handle of the switch shall be fully insulated from circuit. `ON’ and `OFF’ position on the
switch shall be clearly indicated. Rating of switches shall be suitable for their continuous load.
Alternatively, MCCB’s of suitable ratings shall also acceptable in place of Air Break Switch.

1.3.14 Fuses
All fuses shall be HRC Link type. Fuses shall be mounted on fuse carriers which are in turn mounted
on fuse bases. Wherever it is not possible to mount fuses on carriers, fuses shall be directly mounted
on plug-in type base. In such case one insulated fuse pulling handle shall be supplied for each
charger. Fuse rating shall be chosen by the Bidder depending on the circuit requirement. All fuses in
the chargers shall be monitored. Fuse failure annunciation shall be provided on the failure of any
fuse.
.

______________________________________________________________________________________________________________________
Section7 - Battery & Battery Charger Page 4 of 6
1.3.15 Blocking Diode
Blocking diode shall be provided in the positive pole of the output circuit of each charger to prevent
current flow from the DC Battery into the Charger.

1.3.16 Annunciation System


Audio-visual indications through bright LEDs shall be provided in all Chargers for the following
abnormalities :
a) AC power failure
b) Rectifier/chargers fuse blown.
c) Over voltage across the battery when boost charging.
d) Abnormal voltage (High/Low)
e) Any other annunciation if required.
Potential free NO Contacts of above abnormal conditions shall also be provided for common remote
indication “CHARGER TROUBLE” in Owner’s Control Board.
Indication for charger in float mode and boost mode through indication lamps shall be provided for
chargers. A potential free contact for float/boost mode shall be provided for external interlocks.

1.3.17 Name Plates and Marking


The name plates shall be white with black engraved letters. On top of each Charger, on front as well
as rear sides, larger and bold name plates shall be provided to identify the Charger. Name plates with
full and clear inscriptions shall also be provided on and inside of the panels for identification of the
various equipments and ease of operation and maintenance.

1.3.18 Charger Construction


The Chargers shall be indoor, floor-mounted, self-supporting sheet metal enclosed cubicle type. The
Contractor shall supply all necessary base frames, anchor bolt and hardware. The Chargers shall be
fabricated from 2.0mm cold rolled sheet steel and shall have folded type of construction. Removable
gland plates for all cables and lugs for power cables shall be supplied by the Contractor. The lugs for
power cables shall be made of electrolytic copper with tin coat. Power cable sizes shall be advised to
the Contractor at a later date for provision of suitable lugs and drilling of gland plates. The Charger
shall be tropicalised and vermin proof. Ventilation louvers, if provided shall be backed with screens.
All doors and covers shall be fitted with synthetic rubber gaskets. The chargers shall have hinged
double leaf doors provided on front and on backside for adequate access to the Charger’s internals.
All the charger cubicle doors shall be properly earthed. The degree of protection of Charger
enclosure shall be at least IP-42 as per IS: 13947 Part I.
1.3.18.1.All indicating instruments, control switches and indicating lamps shall be mounted on the front
side of the Charger.
1.3.18.2 Each Charger shall be furnished completely wired upto power cable lugs and terminal blocks and
ready for external connections. The control wiring shall be carried out with PVC insulated, 1.5
sq.mm. stranded copper wires. Control terminals shall be suitable for connecting two wires, with 2.5
sq.mm stranded copper conductors. All terminals shall be numbered for ease of connections and
identification. Each wire shall bear a ferrule or tag on each end for identification. At least 20% spare
terminals shall be provided for control circuits.
1.3.18.3 The insulation of all circuits, except the low voltage electronic circuits shall withstand test voltage
of 2 KV AC for one minute. An air clearance of at least ten (10) mm shall be maintained throughout
for such circuits, right up to the terminal lugs. Whenever this clearance is not available, the live parts
shall be insulated or shrouded.

1.3.19 Painting
All sheet steel work shall be pre-treated, in tanks, in accordance with IS:6005. Degreasing shall be
done by alkaline cleaning. Rust and scale shall be removed by pickling with acid. After pickling, the
parts shall be washed in running water. Then these shall be rinsed in slightly alkaline hot water and
dried. The phosphate coating shall be `Class-C’ as specified in IS:6005. Welding shall not be done
after phosphating. The phosphating surfaces shall be rinsed and passivated prior to application of
staved lead oxide primer coating. After primer application, two coats of finishing synthetic enamel
paint of shade-631 of IS:5 shall be applied, unless required otherwise by the Owner. The inside of
the chargers shall be glossy white. Each coat of finishing synthetic enamel paint shall be properly
stoved. The paint thickness shall not be less than fifty (50) microns.

______________________________________________________________________________________________________________________
Section7 - Battery & Battery Charger Page 5 of 6
1.3.20 TESTS
1.3.20.1.Battery chargers shall conform to all type tests as per relevant Indian Standard. Performance test
on the Chargers as per Specification shall also be carried out on each Charger as per specification.
Rectifier transformer shall conform to all type tests specified in IS: 4540 and short circuit test as per
IS:2026. Following type tests shall be carried out for compliance of specification requirements:
i) Voltage regulation test
ii) Load limiter characteristics test
iii) Efficiency tests
iv) High voltage tests
v) Temperature rise test
vi) Short circuit test at no load and full load at rated voltage for sustained short circuit.
vii) Degree of protection test
viii) Measurement of ripple by oscilloscope.
1.3.20.2.The Contractor may be required to demonstrate to the OWNER that the Chargers conform to the
specification particularly regarding continuous rating, ripple free output, voltage regulation and load
limiting characteristic, before dispatch as well as after installation at site. At site the following tests
shall be carried out :
i) Insulation resistance test
ii) Checking of proper annunciation system operation.
1.3.20.3.If a Charger fails to meet the specified requirements, the Contractor shall replace the same with
appropriate Charger without affecting the commissioning schedule of the Sub-station, and without
any extra cost to the OWNER.
1.3.20.4.The Contractor shall present for inspection, the type and routine test certificates for the following
components whenever required by the OWNER.
(i) Switches.
(ii) Relays/MCCBs
(iii) Instruments.
(iv) DC fuses.
(v) SCR.
(vi) Diodes.
(vii) Condensers.
(viii) Potentiometers.
(ix) Semiconductor
(x) Annunciator.
(xi) Control wiring
(xii) Push buttons and contactors.
Makes of above equipment shall be subject to Owner’s approval.

1.4 THE POWER SUPPLY SYSTEM FOR SCADA SYSTEM

The tele-communication/SCADA equipments shall be suitable to operate on 220V DC power supply


available in the substation.

______________________________________________________________________________________________________________________
Section7 - Battery & Battery Charger Page 6 of 6
SECTION-VIII

LIGHTING SYSTEM
SECTION : 8

LIGHTING SYSTEM
1.0 LIGHTING SYSTEM
1.1 The scope of work comprises of design, engineering, testing, supply, installation, testing
and commissioning of various lighting fixtures complete with lamps, supports and
accessories, ceiling fans complete with electronic regulators, exhaust fans for toilets,
pantry and battery room, lighting panels, lighting poles complete with distribution boxes,
galvanized rigid steel conduits, lighting wires, G.I. Earthwire, receptacles, tag block &
telephone socket, switchboards, switches, junction boxes, pull out boxes complete with
accessories, lighting transformer. The lighting system shall be as per Energy Conservation
Act. (Latest).

1.2 SYSTEM DECRIPTION


A typical arrangement of lightening system shall comprise of the following:

1.2.1 AC Normal Lighting


AC lights will be connected to AC lighting panels. All the lights connected to the AC
lighting system in different areas will be connected to the main lighting distribution boards.

1.2.2 AC Emergency Lighting


This system will be available in control room building, DG Set building & switchyard. AC
lighting load will be connected to this system, which will be normally ‘ON’. The lighting
panels of this system will be connected to the Emergency lighting board, which is fed from
diesel generator during the emergency. 50% of lighting fixtures shall be connected on AC
emergency lighting.

1.2.3 D.C. Emergency Lighting


A few DC emergency lighting fixtures operated on the DC system will be provided in the
strategic locations including staircase, corridors, electrical rooms, Battery charger room,
LT switchgear room in control room building, and DG Set building so that the operating
personnel can safely find their way even during emergency of a total AC failure. These
lights will be normally ‘OFF’ and will be switched ‘ON’ automatically when under voltage
occurs in the AC main lighting distribution board. GLS lamp down lighters in false ceiling
area and Bulkhead fixtures in non-false ceiling area to be used.

1.2.4 Portable Fixtures


Three numbers of battery operated, portables fixtures will be provided in the Control room
building and one number shall be provided in DG Set Building.
These fixtures will be provided at important locations in the above-mentioned areas.

1.3 The Lux levels to be maintained in the switchyard shall be as per following :
S.No. Area Average Lux Level
1) Switchyard Average Lux level 50 Lux on main Equipments (i.e Transformer,
ISO) at first level (Equipment Connection level.) 20 Lux on
balance area of switchyard and Road at ground level

The minimum Lux level to average Lux level ratio should not be less than 0.3 (i.e.
Emin/Eavg>0.3). the maintenance factor for outdoor illumination design shall be
considered as 0.65.

For achieving the specified Lux levels in the switchyard, the contractor can provide
luminaries of 1x400W/ 1x250W and 2x 400W/ 250 W flood light as per requirement.

The contractor shall submit detailed calculation for reaching the above Lux level.
Contractor shall conform the Lux levels at different locations of the switchyard and lighting
by measurement.

In addition to the normal lighting provided in the switchyard area to maintain the desired
Lux levels, few high beam fixtures on swivel support shall be provided in strategic
locations near equipments, which shall be kept normally OFF, and these shall be switched
ON in case of maintenance work.

______________________________________________________________________________
Section 8 : Lighting System Page 1 of 12
1.4 Adequate nos. of Ceiling fans (1400mm sweep, AC 230 volts) shall be provided in DG set
building and all the rooms in the control room building. Wall mounted fans shall be
provided in the conference room, shift manager and substation in charge rooms in control
room building. In addition exhaust fans shall be provided in toilets, pantry and battery
room.

1.5 One no. of aluminium ladder of each size shall be supplied by the contractor for
maintenance purpose.

1.6 The following specific areas are included in the scope of lighting:
(i) GIS cum Control Room building.
(ii) Switchyard outside GIS cum Control Room Building.
(iii) DG Set
(iv) Landscape lighting around GIS cum Control Room building
(v) Roads in the substation.

1.7 Street lighting shall be provided through HP sodium vapour lamps.

1.8 For Outdoor Illumination


Switchyard design, detailed drawings showing the lighting layout and Electrical distribution
diagram shall be prepared by the Contractor and submitted for approval. The above layout
drawings will include disposition and location of lighting fixtures, receptacles, etc.

High Mast Lighting System


The High Mast shall be provided for outdoor illumination. The bidders shall design the
proper height of High Mast, control panels and average illumination level for outdoor
switchyard as per IS:3646 (part-2) and subjected to the Employer approval. The required
quantity and rate shall be filled by the bidder in relevant BPS (Vol-III). The Mast shaft shall
be provided with hot dip galvanised and suitable for wind velocity as per IS 875. It shall
also include accessories for high mast including head frame, steel wire rope, trailing cable,
double drum winch, galvanised Lantern carriage arrangement suitable for luminaries
symmetrically & its control gear boxes and lightning finial etc. The mast shall have an
integral power motor installed inside the base compartment for its operation.

The control panel housing shall be contactor circuit for the automatic control of luminaries,
outgoing terminals and control circuit for the power motor.

For Indoor Illumination


The conduit layout for substation buildings based on the tender drawings, Electrical
distribution diagram for substation buildings & for landscape lighting cable schedule for
substation yard etc. shall be prepared by the Contractor. All wiring including telephone
wiring (tinned two pair copper) shall be in concealed conduit. Concealed MS junction
boxes for sockets and light points shall be provided in all the rooms of GIS cum Control
Room Building, DG Set Building etc.

1.9 Each cable and conduct run shall be tagged with number that appears in the cable and
conduit schedules. Cables and conduits shall be tagged at their entrance and / or exit from
any piece of equipment, junction or pull box, floor opening etc.

1.10 The tag shall be made up of aluminium with the number punched on it and securely
attached to the cables by not less than two turns of G.I. wire Cable tags shall be
rectangular in shape for power cables and circular shape for control cables.

1.11 Location of cables laid directly under ground shall be indicated clearly by cable marker
made of galvanized iron plate embedded in concrete book.
1.12 The location of under ground cable joints if any, shall be clearly indicated with cable
marker with an additional inscription “cable joint”.
1.13 The marker, which is a concrete block, shall project 150mm above ground and shall be
spaced at an interval of 30 meters and at every change of direction. It shall also be located
on both sides of the road or drain crossing.

2.0 DESCRIPTION OF ITEMS


The Contractor shall supply and install the following equipment and accessories in
accordance with the specification.

______________________________________________________________________________
Section 8 : Lighting System Page 2 of 12
2.1 LIGHTING PANELS
2.1.1 Outdoor
415 V AC lighting panel with 415V, 63A, 3 Phase 4 wire bus and one no. 63A, TPN, MCB
with neutral unit as incomer and 20A, MCB as outgoing feeders, the details are as follows.
-------------------------------------------------------------------------------------
Type Description Details of outgoing Feeders
-------------------------------------------------------------------------------------
ACP-2 Outdoor 6 nos. 32A Tripple pole MCB with Neutral suitable
timer & contactor for automotive switching.
ACP-3 Outdoor 3 nos., 32A Tripple pole MCB with Neutral Lighting
with suitable timer & contractor for automatic switching.
-------------------------------------------------------------------------------------
Note: The number of outgoing feeders indicated above are the minimum.

2.1.2 Indoor
415 V Indoor AC lighting panel, 63A, 3 phase, 4 wire bus and one number 63 AMP, TPN,
MCB with 300ma 63 A, RCCB. Flush Mounted with per phase isolation and indication
lamps din mounted. The DB will be flush mounted.
-------------------------------------------------------------------------------------
ACP-1 Indoor 18 nos. outgoing 16-32 amp SPMCB
-------------------------------------------------------------------------------------
2.2. 220V DC indoor type change over board and 220V DC 32A two wire bus and one 32A
contactor backed up by 32A double pole MCB as incomer. The panel shall have local push
button controls. Following are the various types of panels required with control timer.
----------------------------------------------------------------------------------
Type Description Details of Outgoing Feeders
-------------------------------------------------------------------------------------
DCP Indoor 6 Nos. – 16A DPMCB Unit.
-------------------------------------------------------------------------------------
2.3. Sub-Lighting Panels
-------------------------------------------------------------------------------------
Type Description
-------------------------------------------------------------------------------------
SLD 4 pole 32A Isolator suitable for 415V, 50 cycles AC Supply, with LILO
Facility using 8 nos. terminal blocks suitable for cable upto 16m sq cable
Enclosure shall be suitable for outdoor use with IP-55 degree of protection
as per IS: 13947 (Part-I)
-------------------------------------------------------------------------------------
2.4. Lighting Fixtures and Receptacles
Lighting Fixtures
-------------------------------------------------------------------------------------
Type Description
-------------------------------------------------------------------------------------
IF CFL/Metal Halide in recessed down light having high purity aluminum reflector
electrochemically brightened and anodized. Stainless steel leaf springs and
pressure die cast ceiling similar to Philips Cat. No. DN-622 Crompton greaves
cat DDLV 10-BC

SF1 Whether proof integral Floor Lighting with housing made of corrosion resistant
die cat aluminum painted black. Grey powder coated outside suitable for
150W SON-T lamp complete with all accessories and suitable for termination
with conduits/flexible Cat. No. F69045 (C). Similar to Philips Cat. No.
SWF230/150/Bajaj Cat. No. BGEMF-150WSV Crompton Greaves Cat No.
FAD 11151H

SF2 2 x 400 / 2 x 250 W HP Sodium vapour lamps in high flood lighting fixture
suitable for outdoor mounting with aluminum enclosure: similar to Phillips Cat.
No. SNT001/Bajaj Cat. No. DJEF-22CA/Crompton Greaves Cat. No.
FHD1324

SF3 1 x 250 W/ 1 x 400 HP Sodium vapour lamps in high flood lighting fixture
suitable for outdoor mounting with aluminum enclosure and integral control
gear: similar to Phillips cat. No. SWF 330/CGL Cat. No. FAD 1114/Bajaj Cat.
No. BJEF T14CA.

______________________________________________________________________________
Section 8 : Lighting System Page 3 of 12
PF 1x11 W CFL/Metal Halide lamp emergency light with Battery operated
portable fixture with built in chargeable Batteries and battery charger
suitable for a lighting period of six hours similar to ALPHA DELUX of M/s
DELTA FLASH LITE/MICRO LITE OF M/s MICRO / BPL MAKE

FB 9W CFL /Metal Halide lamp in Bulkhead fixtures with Cat Aluminium alloy
body, suitable for column, wall, and ceiling mounting finished stove
enameled silver grey outside white inside, to be supplied complete (with
front cover, wire guard, tropicalised gasket and lamp holder taped ¾” E.T.
for conduit entry) similar to Phillips Cat. No. FXC 101/Bajaj Cat. No.
BJBE-19/Crompton Greaves.

MP 125 HP MV CFL/Metal Halide in weather proof post top lantern with case
aluminium canopy, mounting piece, opal acrylic cover tropicated gasket
and all other accessories for mounting on pole top similar to Phillips Cat.
No. HPC-101/Bajaj/Crompton Greaves.
Cat No. MPT12IH/BC

IB 60/100W CFL/Metal Halide in Bulkhead fixtures with cast Aluminium alloy,


body, suitable for column, wall and ceiling mounting finished stove
enameled silver grey outside white inside, to be supplied complete (with
front glass, wire guard, tropicalised, gasket and E.S. Porcelain, lamp
holder taped ¾” E.T. for conduit entry) similar to Phillips Cat. No.
NXC101/Crompton Greaves IBH1110/BC

BL 2x9 or 1x18 W, CFL bollard light for landscape lighting FRP/LLDPE


housing similar to Phillips FGC202/Crompton Greaves Cat No. CFBL1129

DLR 2x18 W, CFL Down light for recess mounting lighting having similar to
Phillips FBH225/2x18 / Crompton Greaves Cat No DDLH218TG

DSM 1x13 WTT surface mounted CFL similar to Art Light Make Cat No. RL
3146

HL 2x18 CFL Decorative hanging down Light Similar no. Cat No Art light RL
3166/HL

CL 1x18 WATT Decorative ceiling mounted luminaries similar to Phillips Dixie


Cat FL 343/118
-------------------------------------------------------------------------------------
2.5 RECEPTACLES
RO 15A, 240V, Outdoor Receptacle 3 Pole, 3 pin type
R1 5/15A, 240V Indoor receptacle 3-in type
RP 63A, 415V, Interlocked switch socket, outdoor receptacle
-------------------------------------------------------------------------------------
2.6 SWITCH BOARDS
Modular type switches, 5/15 Amp. Receptacles

2.7 CONDUITS AND ACCESSORIES


Galvanised Rigid Steel Conduits of 19mm/25mm/32mm/40mm dia

2.8 JUNCTION BOXES with 5 nos. of terminal blocks

2.9 LIGHTING POLES – Adequate nos. of lighting pole shall be provided.

2.10 CEILING FANS – 1400mm Sweep with Electronic regulator

2.11 MAINTENANCE EQUIPMENT


i) A type Aluminium ladder of 3 mtr. vertical height.
ii) Cartwheel mounted aluminium ladder Vertical Height 7.5 Mtrs. when extended.

2.12 LIGHTING TRANSFORMER


Supply, erection, testing and commissioning of 100 KVA or above (in case the capacity of
transformer required is higher than 100 KVA as per approved calculations), 415/415 V, 3

______________________________________________________________________________
Section 8 : Lighting System Page 4 of 12
Phase, 50 Hz Dry type natural air cooled lighting transformers. The technical parameters
of these lighting transformers are as follows:-

Technical Parameters of Lighting Transformer


Type of transformer : Dry Type natural air
Cooled Rating : 100 KVA
Voltage Ratio : 415/415 Volts
No. of Phases : Three
Frequency : 50 Hz
Winding connection : Dyn – 1
Class of insulation : ‘B’ Class
Impedance : 4% + 10%
No. of taps & steps : 5, + 5% in steps of 2.5%
Ref. Standard : IS:2026

The enclosure for the above transformer shall have degree of protection not less than IP-
42. The rating of lighting transformer should be suitable for lighting load. The contractor
shall submit the supporting calculation for the rating of lighting transformer.

3.0 LIGHTING FIXTURES AND ACCESSORIES

3.1 General
All lighting fixtures and accessories shall be designed for continuous operation under
atmospheric conditions existing at site, without reduction in the life or without any
deterioration of materials, internal wiring.

3.2 Temperature Rise


All lighting Fixtures and accessories shall be designed to have a low temperature rise
according to the relevant Indian Standards. The design ambient temperature shall be
taken as 50 deg.C.

3.3 Supply Voltage


3.3.1 Lighting fixtures and accessories meant for 240V A.C. operation shall be suitable for
operation on 240V A.C. 50Hz, supply voltage variation of ± 10%, frequency variation of ±
5% and combined voltage and frequency variation of ± 10%.

3.3.2 Lighting fixture and accessories meant for 220V DC operation shall be suitable for
operation on 220V DC with variation between 190 to 240 Volts.

3.4 Lighting Fixtures


The lighting fixtures shall be Philips or Bajaj or Crompton Greaves make only except for
fixtures type 'DSM' & 'HI/ for which make has been specified elsewhere in this section. The
different types of lighting fixtures are also indicated elsewhere in this Section.

3.4.1 All Fixtures shall be designed for minimum glare. The finish of the fixtures shall be such
that no bright spots are produced either by direct light source or by reflection.

3.4.2 All lighting fixtures shall be complete with CFL /mercury vapour/sodium vapour/metal
halide lamps as specified and shall be suitably wired up.

3 4.3 High beam Fixtures shall be suitable for pendant mounting and flood lights shall have
suitable base plate / frame for mounting on steel structural member. Hook mounted high
beam fixtures are not acceptable.

3.4.4 Each lighting Fixture shall be provided with an earthing terminal suitable for connection to
16 SWG Gl earthing conductors.

3 .4 5 All light reflecting surfaces shall have optimum light reflecting co-efficient such as to
ensure the overall light output as specified by the manufacturer.

3.4.6 Height of fixtures should be such that it is easy to replace the lamps with normal
ladder/stool. In case the ceiling height is very high, the fixtures may be placed on the walls
for ground lighting.

______________________________________________________________________________
Section 8 : Lighting System Page 5 of 12
3.5 ACCESSORIES
3.5.1 Reflectors
The reflectors shall be manufactured from sheet steel or aluminium as applicable. They
shall be securely Fixed to the captive type.

3.5.2 Lamp holders and Starter Holders


Lamp holders/starter for CFL, Metal Halide Lamp and HPMV/HPSV lamps shall be of
screwed type, manufactured in accordance with relevant standard and designed to give
long and satisfactory service.

3.5.3 Ballasts
a) The Ballasts shall be designed, manufactured and supplied in accordance with relevant
standard and function satisfactorily under site condition specified. The ballasts shall be
designed to have a long service life and low power loss.
b) Ballasts shall be mounted using self locking anti-vibration fixing and shall be easy to
remove without dismantling the fixtures. They shall be totally enclosed units.
c) The ballasts shall be of the inductive, heavy duty type, filled with thermosetting
insulating moisture repellent polyester compound filled under pressure or vacuum. The
ballast wiring shall be of copper wire. They shall be free from hum. Ballasts which
produce humming sound shall be replaced free of cost by the Contractor. Ballasts for
high pressure mercury vapour/ HPSV lamps shall be provided with suitable tappings to
set the voltage within the range specified. End connections and taps shall be brought
out in a suitable terminal block, rigidly fixed to the ballast enclosure.
d) Separate ballast for each lamp shall be provided in case of multi-lamp fixtures.

3.5.4 Starters
Starters shall have bimetal electrodes and high mechanical strength. Starters shall be
replaceable without disturbing the reflector or lamps and without the use of any tool.
Starters shall have brass contacts and radio interference suppressing capacitor.

3.5.5 Capacitors
a) The capacitors shall have a constant value of capacitance and shall be connected
across the supply of individual lamp circuits.
b) The capacitors shall be suitable for operation at supply voltage as specified and shall
have a value of capacitance so as to correct the power factors of its corresponding lamp
circuit to the extent of 0.98 lag.
c) The capacitors shall be hermetically sealed in a metal enclosure.

3.6 Lamps
3.6.1 General Lighting Services (GLS) lamps shall be provided with screwed caps and shall be
of 'clear" type unless otherwise specified.

3.6.2 Mercury vapour lamps, sodium vapour lamps shall be colour corrected type, with screwed
caps.

3.7 The Bidder shall furnish typical wiring diagram for CFL/Metal Halide lamps, HPMV &
HPSV fitting including all accessories. The diagram shall include technical details of
accessories i.e. starters, Electronic Chokes, capacitors etc.

3.8 Flexible conduits if required, for any fixture shall be deemed to be included in Contractor's
scope.

4.0 RECEPTACLES
a) All receptacles shall be of cast steel/aluminium, heavy duty type, suitable for fixing on
wall/column and complete with individual switch.
b) In general the receptacles to be installed are of the following types
i) Type RO -15A, 240V, 2 pole, 3 pin type with third pin grounded, metal dad
with gasket having cable gland entry suitable for 2Cx6 sq.mm. PVC/aluminium
armoured cable and a metallic cover tied to it with a metallic chain and suitable for
installation in moist location and or outdoor. The switch shall be of rotary type.
Receptacles shall be housed in an enclosure made out of 2 mm thick Gl sheet with
hinged doors with padlocking arrangements. Door shall be lined with good quality
gasketing. This shall conform to IP-55.
ii) Type RI - The 5/15 amp 6 pin receptacles with switches will be of Modular type
with flush type switches and electroplated metal enclosures of approved make
______________________________________________________________________________
Section 8 : Lighting System Page 6 of 12
iii) Type RP - 63A, 415V, 3 phase, 4 pin interlocked plug and switch with earthing contacts.
Other requirements shall be same as type RO. The receptacle shall be suitable for 3.5C x
35/3.5Cx70 sq.mm. aluminium conductor cable entry and shall also be suitable for loop-in
and loop out connection of cables of identical size. Receptacle shall be suitable for outdoor
application. Receptacles shall be housed in a box made out of 2mm thick G.I. sheet, with
hinged door with padlocking arrangement. Door shall be lined with good quality gasketing.
This shall conform to IP-55.

5.0 SWITCH AND SWITCHBOARD


(a) AII Switch board/boxes, 5/15 Amp Receptacles and electronic fan regulators located in
office/building areas shall be modular flush mounted type or brick wall with only the
switch knob projecting outside.
(b) Switch boards/boxes shall have conduit knock outs on all the sides. Adequate
provision shall be made for ventilation of these boxes.
(c) The exact number of switches including regulator for fans and layout of the same in the
switchboard shall be to suit the requirement during installation.
(d) The maximum number of luminaries .controlled by one no 6 amp switch would 4 nos.
For DC fixtures there will be no switch and the same shall be controlled from DC LP
(e) The luminaries shall be wired in such a fashion that luminaries on each phase are
evenly distributed all over the room.

6.0 CONDUITS & CONDUIT ACCESSORIES


6.1 The conduits shall conform to IS:9537. All conduits shall be seemed by welding, shall be
of heavy gauge and shall be hot dip galvanised.

6.2 Flexible conduits wherever required shall be made with bright, cold rolled annealed and
electro-galvanised mild steel strips.

6.3 All conduits accessories shall conform to relevant IS and shall be hot dip galvanised.

7.0 JUNCTION BOXES


7.1 The junction boxes shall be concealed type for indoor lighting and suitable for mounting on
columns, lighting poles, structures etc., for outdoor lighting.

7.2 Junction boxes shall be of square/rectangular type of 1.6 mm sheet steel with minimum 6
mm thick pressure die cast aluminium material LM-6 and shall have bolted cover with
good quality gasket lining.

7.3 The junction box and cover shall be hot dip galvanised.

7.4 The junction boxes shall be complete with conduit knockouts/threaded nuts and provided
with terminal strips .The junction boxes shall be suitable for termination of conduit/glands
of dia 20 mm, 25 mm, 32 mm, 40 mm on all sides. The junction boxes shall be provided
with 4 way terminals suitable for two numbers 10 sq. mm. wire & for switchyard lighting
suitable for 2 numbers 4C x 16 Sq.mm Al. cable.

7.5 The junction boxes shall have the following indelible markings
(i) Circuit Nos. on the top.
(ii) Circuit Nos. with ferrules (inside) as per drawings.
(iii) DANGER sign in case of 415 volt junction box.

7.6 The junction boxes shall be weather proof type with gaskets conforming to IP-55 as per IS:
13947 (Part 1). The conduit connections shall also be properly sealed to prevent entry of
water.

8.0 TERMINAL BLOCKS


8.1 Each terminal shall be suitable for terminating upto 2 Nos. 10 sq.mm. stranded Aluminium
Conductors without any damage to the conductors or any looseness of connections.

9.0 PULL OUT BOXES


9.1 The pull out boxes shall be concealed type for indoor lighting and suitable for mounting on
column, structures etc., for outdoor lighting. The supply of bolts, nuts and screws required
for the erection shall be included in the installation rates.

______________________________________________________________________________
Section 8 : Lighting System Page 7 of 12
9.2 The pull out boxes shall be circular of cast iron or 16 SWG sheet steel and shall have
cover with good quality gasket lining.

9.3 The pull out boxes and cover shall be hot dip galvanized.

9.4 The pull out boxes shall be completed with conduit knock outs/threaded hubs and
provided at approximately 3 meters intervals in a conduit run.

10.0 LIGHTING PANELS (L.P.)


10.1 Each panel shall be provided with one incoming triple pole MCB with neutral link and
outgoing miniature circuit breakers as per clause 2.0. The panels shall conform to IS-8623.

10.2 Constructional Features


10.2.1 Panels shall be sheet steel enclosed and shall be dust, weather and vermin proof. Sheet
steel used shall be of thickness not less than 2.00 mm (cold rolled) or 2.5 mm (hot rolled)
smoothly finished, leveled and free from flaws. Stiffeners shall be provided wherever
necessary. The indoor lighting panels will be ready made DB of minimum 20 swg sheet
thickness.

10.2.2 The panels shall be of single front construction, front hinged and front connected, suitable
for either floor mounting on channels, sills or on walls/columns by suitable M.S. brackets.

10.2.3 Panels shall have a dead front assembly provided with hinged door(s) and out door panels
will be with padlocking arrangement with single key supplied in duplicate.

10.2.4 All out door panels, removable covers, doors and plates shall be gasket all around with
neoprene gaskets.

10.2.5 The panels shall be suitable for cable/conduit entry from the top and bottom. Suitable
removable cable gland-plate shall be provided on the top and bottom of panels.
Necessary number of double compression cable gland shall be supplied, fitted on to this
gland plate. The glands shall be screwed on top and made of tinned brass.

10.2.6 The panels shall be so constructed as to permit free access to connection of terminals and
easy replacement of parts.

10.2.7 Each panel shall have a caution notice fixed on it.

10.2.8 Each panel will be provided with directory holder in which printed and laminated as built
circuit directory would be kept

10.2.9 Each Outdoor lighting panel shall be provided with one no. 'ON' indicating lamp for each
phase along with fuses. For indoor lighting panels din mounted phase indication lamps will
be provided, mounted along side of the MCB

10.3 Main Bus Bars


10.3.1 Bus bars shall be of aluminium alloy conforming to IS:5082 and shall have adequate cross-
section to carry the rated continuous and withstand short circuit currents. Maximum
operating temperature of the bus bars shall not exceed 85 deg. C. The bus bars shall be
able to withstand a fault level of 9 kA for I sec. for AC panels and 4 KA for I sec. for DC
panels. The Indoor lighting panels shall have copper bus bar.

10.4 Residual Current Circuit Breakers (RCCB)


10.4.1 For indoor panels 63A 4pole 300 ma conforming IS 12640 will be provided along with
incomer

10.5 Miniature Circuit Breaker (MCB)


a) The miniature circuit breakers shall be suitable for manual closing, opening, automatic
tripping under overload and short circuit. The MCBs shall also be trip free.
b) Single pole as well as three pole versions shall be furnished as required in the
Schedule of Lighting Panels.
c) The MCBs and panel MCCB together shall be rated for full fault level. In case the MCB
rating is less than the specified fault level the bidder shall co-ordinate these breaker
characteristics with the back up MCCB in such a way that if fault current is higher than

______________________________________________________________________________
Section 8 : Lighting System Page 8 of 12
breaker rating, the MCCB should blow earlier than the breaker. If the fault current is
less than MCB breaking capacity, MCB shall operate first and not the incomer MCCB.
d) The MCBs shall be suitable for housing in the lighting panels and shall be suitable for
connection with stranded copper wire connection at both the incoming and outgoing
side by copper lugs or for bus bar connection on the incoming side.
e) The terminals of the MCBs and the 'open' 'close' and 'trip' conditions shall be clearly
and indelibly marked.
f) The tenderer shall check and co-ordinate the ratings of MCBs with respect to starting
characteristics of discharge lamps. The vendor has to furnish overload and short circuit
curve of MCB as well as starting characteristics curves of lamps for Employer's
approval.
g) The MCB shall generally conform to IS:8828.

10.6 Contactors
Contactors shall be of the full voltage, direct-on line air break, single throw, electro-
magnetic type. They shall be provided with atleast 2-'NC' and 2'NO' auxiliary contacts.
Contactor shall be provided with the three element, positive acting, ambient temperature
compensated time lagged, hand reset type thermal overload relay with adjustable settings
to suit the rated current. Hand reset button shall be flush with the front of the cabinet and
suitable for resetting with starter compartment door dosed. The Contactor shall be suitable
for switching on Tungsten filament lamp also. The bidder shall check the adequacy of the
Contactors rating wire with respect to lighting toad.

10.7 Push Buttons


All push buttons shall be of push to actuate type having 2 'NO' and 2 'NC' self reset
contacts. They shall be provided with integral escutcheon plates engraved with their
functions. Push buttons shall be of reputed make.

10.8 Labels
a) The lighting panels shall be provided on the front with panel designation labels on a 3
mm thick plastic plate of approved type. The letter shall be black engraved on white
back ground.
b) AII incoming and outgoing circuits shall be provided with labels. Labels shall be made
of non-rusting metal or 3 ply lamicold. Labels shall have white letters on black or dark
blue background.

10.9 Earthing Terminals


Panels shall be provided with two separate and distinct earthing terminals suitable to
receive the earthing conductors of size 50x6 G.S. Flat.

10.10 Type test reports for following tests on all lighting panels shall be submitted for approval.
(i) Wiring continuity test
(ii) High voltage (2.5 KV for I minute) and insulation test
(iii) Operational test
(iv) Degree of protection (not less than IP-55 test on outdoor Lighting Panels and IP-
52 test on indoor Lighting Panels as per IS 13947 (part 1)
(v) Heat run test

10.11 Lighting Transformer


Lighting transformer shall be located in MCC room, in seperate enclosure. Enclosure shall
have degree of protection not less than IP-42 as per IS-13947 (Part-1).

11.0 Emergency Portable Lighting Fixtures


11.1 The portable fixtures shall have a built in battery rated for six hours, battery chargers and
solid state inverters. These shall be of approved make.
11.2 The portable fixtures shall be of a single unit, completely tropicalised and suitable for
prolonged use with no maintenance.

11.3 The portable fixtures shall be supplied and necessary supporting brackets of galvanized
steel suitable for wall/column mounting shall also be supplied.

11.4 The portable fixture shall come up automatically in the event of failure of normal supply.

______________________________________________________________________________
Section 8 : Lighting System Page 9 of 12
12.0 LIGHTING POLES
12.1 In front of GIS cum control room building and DG Set building decorative post top lantern
poles and Bollards shall be installed.

12.2 Lighting poles shall be complete with fixing brackets and junction boxes. Junction boxes
should be mounted one meter above ground level.

12.3 The lighting poles shall be coated with bituminous preservating paint on the inside as well
as on the embedded outside surface. Exposed outside surface shall be coated with two
coats of metal primer (comprising of red oxide and zinc chromate in a synthetic medium).

12.4 Wiring from junction box at the bottom of the pole to the fixture at the top of the pole shall
be done through 2.5 sq. mm wire.

12.5 Earthing of the poles should be connected to the switchyard main earth mat wherever It is
available and the same should be earthed through 3M long, 20 mm dia, earth electrode.

13.0 CEILING & WALL MOUNTED FANS AND REGULATORS


13.1 The contractor shall supply and install 1400 mm sweep ceiling fans complete with
electronic regulator and switch, suspension rod, canopy and accessories. The wall-
mounted fans shall be of 400 mm sweep

13.2 The contractor shall supply and install the switch, electronic regulator and board for
mounting switch and electronic regulator for ceiling fans.

13.3 Winding of the fans and regulators shall be insulated with Class-E insulating material.
Winding shall be of copper wire.

13.4 Electronic regulator with smooth control shall be provided.

13.5 One fan for approx 100 sq. feet area shall be provided.
Fans and electronic regulators shall be of Alstom / Crompton Greaves / Bajaj Electricals /
Usha Electricals make.

14.0 LIGHTING WIRES


14.1 The wiring used for lighting shall be standard products of reputed manufacturers.

14.2 The wires shall be of 1100 V grade, PVC insulated product of reputed manufacturers.

14.3 The conductor sizes for wires used for point wiring beyond lighting panels shall be single
core 4 sq. mm., 6 sq.mm and 10 sq.mm stranded aluminium wires and 2.5 sq.mm, 4
sq.mm, 6 sq.mm and 1.5 sq.mm stranded copper wire.

14.4 The wires used for connection of a lighting fixture from a nearest junction box or for loop-in
loop-out connection between two CFL/Metal Halide lamps fluorescent fixtures shall be
single core copper stranded conductor, 1100V grade flexible PVC insulated cords,
unsheathed, conforming to IS:694 with nominal conductor cross sectional areas of 2.5 sq.
mm.

14.5 The wires shall be colour coded as follows:


Red for R – Phase
Yellow for Y - Phase
Blue for B - Phase
Black for Neutral
White for DC (Positive)
Grey for DC (Negative)

15.0 PAINTING OF SHOP MADE ITEMS


15.1 All sheet steel work shall be phosphated in accordance with the following procedure and in
accordance with IS:6005 'Code of Practice for Phosphating Iron and Steel'.

15.2 Oil grease and dirt shall be thoroughly removed by emulsion cleaning.

______________________________________________________________________________
Section 8 : Lighting System Page 10 of 12
15.3 Rust and scale shall be removed by pickling with dilute acid followed by washing with
running water, rinsing with slightly alkaline hot water and drying.

15.4 After phosphating through rinsing shall be carried out with clean water, followed by final
rinsing with diluted dichromate solution and oven drying.

15.5 The phosphate coating shall be sealed by the application of two coats of ready mixed
stoving type metal primer (comprising of red oxide and Zinc chromate in a synthetic
medium). The first coat may be 'flash dried' while the second coat shall be stoved.

15.6 After application of the primer, two coats of finishing synthetic enamel paint shall be
applied with each coat followed by stoving. The second finishing coat for the external of
panels shall be applied after completion of tests. The panels can also be powder coated
instead of painting after surface treatment as given above.

15.7 Both outside and inside of lighting panel, sheet metal fabricated junction boxes etc. and
outside of lighting fixtures shall be finished in light grey (IS-5 shade 631). Inside of lighting
fixtures shall be finished in white. The colour of indoor lighting panels should match with
colour of wall.

15.8 Each coat of primer and finishing paint shall be of slightly different shade so as to enable
inspection of the painting.

15.9 The final finished thickness of paint film on steel shall not be less than 100 microns and
shall not be more than 150 microns. The final thickness of powder coating will not be less
than 50 microns. For indoor lighting panels the painting will be as per approved
manufacturers specification.

15.10 Finished painted appearance on equipment shall present on aesthetically pleasing


appearance, free from dents and uneven surfaces.

16.0 LIGHTING SYSTEM INSTALLATION WORKS

16.1 General
16.1.1 In accordance with the specified installation instructions as shown on manufacturer's
drawings or as directed by Employer, Contractor shall unload, erect, install, test and put
into commercial use all the electrical equipment included in the contract. Equipment shall
be installed in a neat, workmanship manner so that it is level, plumb square and property
aligned and oriented. Tolerances shall be as established in manufacturers drawing or as
stipulated by Purchaser.

16.1.2 All apparatus, connections and cabling shall be designed so as to minimise risk of fire or
any damage which will be caused in the event of fire.

16.2 Conduit System


16.2.1 Contractor shall supply, store and install conduits required for the lighting installation as
specified. All accessories/fittings required for making the installation complete, including
but not limited to pull out boxes (as specified in specification ordinary and inspection tees
and elbow, check nuts, male and female bushings (brass or galvanised steel), caps,
square headed make plugs, nipples, gland sealing fittings, pull boxes, conduits terminal
boxes, glands, gaskets and box covers, saddle terminal boxes, and all steel supporting
work shall be supplied by the Contractor. The conduit fittings shall be of the same material
as conduits. The contractor shall also supply 19 mm PVC conduit and accessories for
telephone wiring.

16.2.2 All un-armoured cables shall run within the conduits from lighting panels to lighting
fixtures, receptacles, etc.

16.2.3 Size of conduit shall be suitably selected by the Contractor.

16.2.4 Conduit support shall be provided at an interval of 750 mm for horizontal runs and 1000
mm for vertical runs.

16.2.5 Conduit supports shall be clamped on the approved type spacer plates or brackets by
saddles or U-bolts. The spacer plates or brackets in turn, shall be securely fixed to the
______________________________________________________________________________
Section 8 : Lighting System Page 11 of 12
building steel by welding and to concrete or brick work by grouting or by nylon rawl plugs.
Wooden plug inserted in the masonary or concrete for conduit support is not acceptable.

16.2.6 Where conduits are alongwith cable trays they shall be clamped to supporting steel at an
interval of 600 mm.

16.2.7 For directly embedding in soil, the conduits shall be coated with an asphalt-base
compound. Concrete pier or anchor shall be provided wherever necessary to support the
conduit rigidly and to hold it in place.

16.2.8 For long conduit run, pull boxes shall be provided at suitable intervals to facilitate wiring.

16.2.9 Conduit shall be securely fastened to junction boxes or cabinets, each with a lock nut
inside and outside the box.

16.2.10 Conduits joints and connections shall be made through water-tight and rust proof by
application of a thread compound which insulates the joints. White lead is suitable for
application on embedded conduit and red lead for exposed conduit.

16.2.11 The entire metallic conduit system, shall be embedded, electrically continuous and
thoroughly grounded. Where slip joints are used, suitable bounding shall be provided
around the joint to ensure a continuous ground circuit.

16.2.12 Conduits and fittings shall be properly protected during construction period against
mechanical injury. Conduit ends shall be plugged or capped to prevent entry of foreign
material.

16.3 Wiring
16.3.1 Wiring shall be generally carried out by PVC insulated wires in conduits. All wires in a
conduit shall be drawn simultaneously. No subsequent drawings of wires is permissible.

16.3.2 Wires shall not be pulled through more than two equivalent 90 deg. bends in a single
conduit run. Where required, suitable junction boxes shall be used.

16.3.3 Wiring shall be spliced only at junction boxes with approved type terminal strip.

16.3.4 For lighting fixtures, connection shall be teed off through suitable round conduit or junction
box, so that the connection can be attended without taking down the fixture.

16.3.5 For vertical run of wires in conduit, wires shall be suitably supported by means of
wooden/hard rubber plugs at each pull/junction box.

16.3.6 Maximum two wires can be terminated to each way of terminal connections.

16.3.7 Separate neutral wires are to be provided for each circuit.

16.3.8 AC and DC wiring should not run through the same conduit.

16.4 Lighting Panels


16.4.1 The lighting panels shall be erected at the locations to be finalised during detailed
engineering.

16.4.2 Suitable foundations/supporting structures for all outdoor type lighting panels shall be
provided by the Contractor.

16.5 Foundation & civil works


16.5.1 Foundation for panel foundation and transformer foundation shall be done by the
Contractor..
16.5.2 All final adjustment of foundation levels, chipping and dressing of foundation surfaces,
setting and grouting of anchor bolts, sills, inserts and fastening devices shall be carried out
by the Contractor including minor modification of civil works as may be required for
erection.
16.5.3 Any cutting of masonary / concrete work, which is necessary shall be done by the
Contractor at his own cost and shall be made good to match the original work.

______________________________________________________________________________
Section 8 : Lighting System Page 12 of 12
SECTION-IX

LT TRANSFORMER
SECTION: 9

LT TRANSFORMER
Technical specification and GTP for 11/0.433 kV Distribution transformer

1. SCOPE :

1.1 This specification covers design, engineering, manufacture, assembly, inspection and
testing before supply and delivery at site of oil immersed, naturally cooled 3 phase wound
and outdoor type 11 kV/0.433 kV distribution transformers, for providing auxiliary power
supply to DTL s/stn only.

1.2 It is not the intent to specify completely herein all the details of the design and
construction of equipment. However the equipment shall conform in all respects to high
standards of engineering, design and workmanship and shall be capable of performing in
continuous commercial operation, in a manner acceptable to the purchaser, who will
interpret the meanings of drawings and specification and shall have the power to reject any
work or material which, in his judgment is not in accordance therewith. The offered
equipment shall be complete with all components necessary for their effective and trouble
free operation. Such components shall be deemed to be within the scope of bidder’s supply
irrespective of whether those are specifically brought out in this specification and / or the
commercial order or not.

1.3 The transformer and accessories shall be designed to facilitate operation, inspection,
maintenance and repairs. The design shall incorporate every precaution and provision for
the safety of equipment as well as staff engaged in operation and maintenance of
equipment.

1.4 All outdoor apparatus, including bushing insulators with their mountings, shall be
designed so as to avoid any accumulation of water.

2. STANDARD RATINGS:

2.1 The standard ratings shall be 10, 16, 25, 63, 100, 160, 200, 250, 315, 400,500, 630, 1000,
1250, 1600, 2000 and 2500 kVA for 11 kV distribution transformers .

3. STANDARDS:

3.1 The materials shall conform in all respects to the relevant Indian/International Standards,
with latest amendments thereof unless otherwise specified herein. Some of them are listed
below:

Standard Title
IS -2026 Specification for Power Transformers
IEC 60076
IS 12444 Specification for Copper wire rod
IS-335 Specification for Transformer Oil
IEC 296

______________________________________________________________________________
Section 9: LT Transformer Page 1 of 15
IS - 5 Specification for colors for ready mixed paints
IS - 104 Ready mixed paint, brushing zinc chromate, priming
IS – 2099 Specification for high voltage porcelain bushing
IS - 649 Testing for steel sheets and strips and magnetic circuits
IS – 4257 Dimensions for clamping arrangements for bushings
Part-I
IS - 7421 Specification for Low Voltage bushings
IS – 3347 Specification for Outdoor Bushings
Part-I
IS – 9335 Specification for Insulating Kraft Paper
IEC 554
IS – 1576 Specification for Insulating Press Board
IEC 641
IS – 6600 Guide for loading of oil Immersed Transformers
IEC76
IS - 2362 Determination of water content in oil for porcelain
bushing of transformer
IS - 6160 Rectangular Electrical conductor for electrical machines
IS - 5561 Electrical power connector
IS - 6103 Testing of specific resistance of electrical insulating
liquids
IS - 6262 Method of test for power factor and dielectric constant
of electrical insulating liquids
IS - 6792 Determination of electrical strength of insulating oil
IS - 10028 Installation and maintenance of transformers.
IS 3401 Specification of silica gel
IS 6600 Guide for loading of oil immersed transformer
IS 5082 Wrought Aluminium and Aluminium alloy bars, Rods,
tubes, sections and sheets for electrical applications.

3.2 Material conforming to other internationally accepted standards, which ensure equal or
better quality than the standards mentioned above, would also be acceptable. In case the
bidders who wish to offer material conforming to other standards, the bidder shall clearly
bring out the salient points of difference between the standards adopted and the specific
standards in relevant schedule. Four copies of such standards with authentic English
translations shall be furnished along with the offer.

4. CLIMATIC CONDITIONS:

The equipment covered under this specification is for outdoor installation and the climatic
conditions that are prevailing in Delhi.

1. Temperature:
The reference ambient temperature be taken as 43.3 º C as per IS 9676.
a. Maximum ambient air temperature 50ºC
b. Maximum daily average ambient temp 40oC
2. Relative Humidity:
a. Maximum Relative Humidity 100%

______________________________________________________________________________
Section 9: LT Transformer Page 2 of 15
b. Minimum Relative Humidity 10%
3. Average annual rainfall 750 mm
4. Average no. of rainy day 50
5. Average no. of thunderstorm days per 40
annum
6. Altitude Not exceeding 300 meters
7. Rain months June to Oct.
8. Wind pressure as per IS 875 195 Kg/Sq. meters up to 30
meters

The atmosphere is generally laden with mild acid and dust in suspension during the dry
months and is subjected to fog in cold months. Heavy lightening occurs in the area during
rainy months (June to October).

All equipment shall be designed to withstand seismic forces, corresponding to an


acceleration of 0.3 g horizontal.

5. PRINCIPAL PARAMETERS:

5.1 The transformers shall be suitable for outdoor installation with three phases, 50 Hz, 11 kV
systems in which the neutral is effectively earthed and they should be suitable for service
with fluctuations in supply voltage up to ±12.5%.

5.2 The transformers shall conform to the following specific parameters :


S.No. Item 11 kV Distribution Transformers
1. System voltage (max.) 12 kV
2. Rated voltage HV 11 kV
3. Rated voltage LV 415-240 V
4. Frequency 50 Hz +/- 5%
5 No. of Phases Three
6 Connection HV Delta
7 Connection LV Star (Neutral brought out)
8. Vector group Dyn-11
9. Type of cooling ONAN
10 LV Neutral Earthing The Neutral point of the secondary
(LV) winding shall be brought out
in a separate insulated terminal and
shall be solidly earthed.

Audible sound levels (decibels) at rated voltage and frequency for liquid immersed
distribution transformers shall be as (NEMA Standards).

6. Core Material

6.1 The core shall be of high grade cold rolled grain oriented annealed steel lamination having
low loss and good grain properties, coated with hot oil proof insulation, bolted together and to
the frames firmly to prevent vibration or noise. The core shall be stress relieved by annealing
under inert atmosphere if required. The complete design of core must ensure permanency of
the core loss with continuous working of the transformers. The maximum flux density in any
______________________________________________________________________________
Section 9: LT Transformer Page 3 of 15
part of the cores and yoke at normal voltage and frequency shall be such that the flux density
at any tap position with 10% voltage variation from the voltage corresponding to the tap shall
not exceed 1.9 Wb /sq-m.

6.2 The bidder should offer the core for inspection and approval by the purchaser during
manufacturing stage.

6.3 The transformers core shall be suitable for over fluxing (due to combined effect of voltage
and frequency) up to 12.5% without injurious heating at full load conditions and shall not get
saturated. The bidder shall furnish necessary design data in support of this situation.

6.4 No-load current shall not exceed 3% of full load current and will be measured by energising
the transformer at 415 volts, 50 Hz on the secondary. Increase of voltage of 415 volts by
12.5% shall not increase the no-load current by 6% (maximum) of full load current.

7. WINDINGS:
7.1 Material:

7.1.1 HV and LV windings shall be wound from Super Enamel covered / Double Paper
covered copper conductor.
7.1.2 LV winding shall be such that neutral formation will be at top.

7.1.3 The winding construction of single HV coil wound over LV coil is preferable.

7.1.4 Inter layer insulation shall be Epoxy dotted/ Kraft Paper.

7.1.5 Proper bonding of inter layer insulation with the conductor shall be ensured.
Test for bonding strength shall be conducted.

7.1.6 Dimensions of winding coils are very critical. Dimensional tolerances for winding coils
shall be within limits as specified in Guaranteed Technical Particulars.

7.1.7 Current density for HV and LV winding should not be more than 2.5 Ampere per sq
mm.

7.1.8 The core/coil assembly shall be securely held in position to avoid any movement under
short circuit conditions.

7.1.9 Joints in the winding shall be avoided. However, if jointing is necessary the joints shall
be properly brazed and the resistance of the joints shall be less than that of parent
conductor

8. TAPS:

8.1.1 Tapping shall be provided on the higher voltage winding for variation of HV voltage
within range of (+) 5.0 % to (-) 5.0 % in steps of 2.5%.

8.1.2 Tap changing shall be carried out by means of an externally operated self position switch
and when the transformer is in de-energised condition. Switch position No.1 shall
correspond to the maximum plus tapping. Each tap change shall result in variation of
2.5% in voltage. Provision shall be made for locking the taping switch handle in
position. Suitable aluminium anodised plate shall be fixed for tap changing switch to
know the position number of tap.
______________________________________________________________________________
Section 9: LT Transformer Page 4 of 15
9. OIL:

9.1 The insulating oil shall comply with the requirements of IS 335 / IEC 60296. Use of
recycled oil is not acceptable. The specific resistance of the oil shall not be less than 2.5
X1012 ohm-cm at 27 0C when tested as per IS 6103.

9.2 Oil shall be filtered and tested for break down voltage (BDV) and moisture content
before filling. The dielectric strength and water content shall meet as under:

BDV (min): 60
Water content ppm(max): 10

9.3 The oil shall be filled under vacuum.

9.4 The design and all materials and processes used in the manufacture of the transformer,
shall be such as to reduce to a minimum the risk of the development of acidity in the oil.

10. INSULATION LEVELS:

Sl. Voltage Impulse Voltage Power Frequency


No. (kV) (kV Peak) Voltage (kV)
1 0.433 - 3
2 11 95/170 28

11. Losses:

11.1 The bidder shall guarantee individually the no-load loss and load loss without any
positive tolerance. The bidder shall also guarantee the total losses at 50% and 100% load
condition (at rated voltage and frequency and at 75 0C).

11.2 The maximum losses for offered equipment shall be equivalent to BEE 5 Star rating
with latest revision and shall not exceed the values at rated voltage and rated frequency
permitted at 75 Deg. C . Bids with higher losses than the above specified value would be
treated as non-responsive. ( As per BEE star rating plan)

Further providing of cooling tubes / fans to distribution transformer should be calculated


to the Maximum losses as per BEE 5 star rating.

12. TOLERANCES:
12.1 No positive tolerance shall be allowed on the maximum losses displayed on the label for
both 50% and 100% loading values.
13 PERCENTAGE IMPEDANCE:
The value of impedance of transformers at 75°C shall be 4.5% for transformers up to 200
kVA and for ratings above 200 kVA as per Ministry of power Gazette notification dated
16.12.2016 with latest amendment, if any.

______________________________________________________________________________
Section 9: LT Transformer Page 5 of 15
14 Temperature rise: The temperature rise over ambient shall not exceed the limits given
below:

14.1 Top oil temperature rise measured by thermometer : 35 0C

14.2 Winding temperature rise measured by resistance method : 40 0C

Bids not meeting the above limits of temperature rise will be treated as non-
responsive.

14.3 The transformer shall be capable of giving continuous rated output without exceeding the
specified temperature rise. Bidder shall submit the calculation sheet in this regard.

15. INSULATION MATERIAL:

15.1 Electrical grade insulation epoxy dotted/ Kraft Paper and pressboard of standard make
shall be used.

15.2 All spacers, axial wedges / runners used in windings shall be made of pre-compressed
Pressboard-solid, conforming to type B 3.1 of IEC 641-3-2. In case of cross-over coil
winding of HV all spacers shall be properly sheared and dovetail punched to ensure proper
locking. All axial wedges / runners shall be properly milled to dovetail shape so that they
pass through the designed spacers freely. Insulation shearing, cutting, milling and
punching operations shall be carried out in such a way, that there should not be any burr
and dimensional variations.

16. TANK:

16.1 The internal clearance of tank shall be such, that it shall facilitate easy lifting of core with
coils from the tank without dismantling LV bushings.

16.2 All joints of tank and fittings shall be oil tight and no bulging should occur during service.

16.3 Inside of tank shall be painted with varnish/hot oil resistant paint.

16.4 The top cover of the tank shall be slightly sloping to drain rain water.

16.5 The tank plate and the lifting lugs shall be of such strength that the complete transformer
filled with oil may be lifted by means of lifting shackle.

16.6 Manufacturer should carry out all welding operations as per the relevant IS/IEC and
submit a copy of the welding procedure and welder performance qualification certificates
to the customer.

16.7 PLAIN TANK:

16.7.1 The transformer tank shall be of robust construction rectangular/octagonal/round/ elliptical


in shape and shall be built up of electrically tested welded mild steel plates of thickness of
6 mm for bottom & top and 4 mm for sides . Tolerances as per IS1852 shall be applicable.

16.7.2 In case of rectangular tanks above 100 kVA the corners shall be fully welded at the

______________________________________________________________________________
Section 9: LT Transformer Page 6 of 15
corners from inside and outside of the tank to withstand a pressure of 0.8 kg/cm2 for 30
minutes. In case of transformers of 100 kVA and below, there shall be no joints at corners
and there shall not be more than 2 joints in total.

16.7.3 Under operating conditions the pressure generated inside the tank should not exceed 0.4
kg/ sq. cm positive or negative. There must be sufficient space from the core to the top
cover to take care of oil expansion. The space above oil level in the tank shall be filled
with dry air or nitrogen conforming to commercial grade of IS 1747.
16.7.4 The tank shall be reinforced by welded flats on all the outside walls on the edge of the
tank.

16.7.5 Permanent deflection: The permanent deflection, when the tank without oil is subjected to
a vacuum of 525 mm of mercury for rectangular tank and 760 mm of mercury for round
tank, shall not be more than as specified in table at sr.no. 28.11. The tank shall further be
capable of withstanding a pressure of 0.8 kg/ sq.cm (g) and a vacuum of 0.7 kg/sq.cm (g)
without any deformation.

16.7.6 The radiators can be tube type or fin type or pressed steel type to achieve the desired
cooling to limit the specified temperature rise.

17. CONSERVATOR:

17.1 When a conservator is provided, oil gauge and the dehydrating breathing device shall be
fitted to the conservator which shall also be provided with a drain plug and a filling hole
[32 mm (1¼”)] normal size thread with cover. In addition, the cover of the main tank shall
be provided with an air release plug.

17.2 The dehydrating agent shall be silica gel. The moisture absorption shall be indicated by a
change in the colour of the silica gel crystals which should be easily visible from a
distance. Volume of breather shall be suitable for 1 kg of silicagel conforming to IS 3401
for transformers.

17.3 The capacity of a conservator tank shall be designed keeping in view the total quantity of
oil and its contraction and expansion due to temperature variations. The total volume of
conservator shall be such as to contain10% quantity of the oil. Normally 3% quantity the
oil shall be contained in the conservator.

17.4 The cover of main tank shall be provided with an air release plug to enable air trapped
within to be released, unless the conservator is so located as to eliminate the possibility of
air being trapped within the main tank.

17.5 The inside diameter of the pipe connecting the conservator to the main tank should be
within 20 to 50 mm and it should be projected into the conservator so that its end is
approximately 20 mm above the bottom of the conservator so as to create a sump for
collection of impurities. The minimum oil level (corresponding to -5 0C) should be above
the sump level.

18. SURFACE PREPARATION AND PAINTING:

18.1 GENERAL

18.1.1 All paints, when applied in a normal full coat, shall be free from runs, sags, wrinkles,
______________________________________________________________________________
Section 9: LT Transformer Page 7 of 15
patchiness, brush marks or other defects.

18.1.2 All primers shall be well marked into the surface, particularly in areas where painting is
evident and the first priming coat shall be applied as soon as possible after cleaning. The
paint shall be applied by airless spray according to manufacturer’s recommendations.
However, where ever airless spray is not possible, conventional spray be used.

18.2 CLEANING AND SURFACE PREPARATION:

18.2.1 After all machining, forming and welding has been completed, all steel work surfaces shall
be thoroughly cleaned of rust, scale, welding slag or spatter and other contamination prior
to any painting.

18.2.2 Steel surfaces shall be prepared by shot blast cleaning (IS9954) to grade Sq. 2.5 of ISO
8501-1 or chemical cleaning including phosphating of the appropriate quality (IS 3618).

18.2.3 Chipping, scraping and steel wire brushing using manual or power driven tools cannot
remove firmly adherent mill-scale. These methods shall only be used where blast cleaning
is impractical.

18.3 PROTECTIVE COATING:

As soon as all items have been cleaned and within four hours of the subsequent drying,
they shall be given suitable anti-corrosion protection.

18.4 PAINT MATERIAL:

18.4.1 Following are the types of paint which may be suitably used for the items to be painted at
shop and supply of matching paint to site:

Heat resistant paint (Hot oil proof) for inside surface

18.4.2 For external surfaces one coat of thermo setting powder paint or one coat of epoxy primer
followed by two coats of synthetic enamel/polyurethene base paint. These paints can be
either air drying or stoving.

18.4.3 For highly polluted areas, chemical atmosphere or for places very near to the sea coast,
paint as above with one coat of high build micaceous iron oxide (MIO) as an intermediate
coat may be used.

18.5 PAINTING PROCEDURE:

18.5.1 All prepared steel surfaces should be primed before visible re-rusting occurs or within 4
hours, whichever is sooner. Chemical treated steel surfaces shall be primed as soon as the
surface is dry and while the surface is still warm.

18.5.2 Where the quality of film is impaired by excess film thickness (wrinkling, mud cracking or
general softness) the supplier shall remove the unsatisfactory paint coating and apply
another coating. As a general rule, dry film thickness should not exceed the specified
minimum dry film thickens by more than 25%.

______________________________________________________________________________
Section 9: LT Transformer Page 8 of 15
18.6 DAMAGED PAINT WORK:

18.6.1 Any damage occurring to any part of a painting scheme shall be made good to the
same standard of corrosion protection and appearance as that was originally applied.

18.6.2 Any damaged paint work shall be made good as follows:

18.6.2.1 The damaged area, together with an area extending 25 mm around its boundary, shall
be cleaned down to bare metal.

18.6.2.2 A priming coat shall be immediately applied, followed by a full paint finish equal to
that originally applied and extending 50 mm around the perimeter of the original
damage.

18.6.2.3 The repainted surface shall present a smooth surface. This shall be obtained by
carefully chamfering the paint edges before and after priming.

18.7 DRY FILM THICKNESS:

18.7.1 To the maximum extent practicable the coats shall be applied as a continuous film of
uniform thickness and free of pores. Overspray, skips, runs, sags and drips should be
avoided. The different coats may or may not be of the same colour.

18.7.2 Each coat of paint shall be allowed to harden before the next is applied as per
manufacturer’s recommendation.

18.7.3 Particular attention must be paid to full film thickness at the edges.

18.7.4 The requirements for the dry film thickness (DFT) of paint and the materials to be
used shall be as given below:

Sl.No. Paint type Area to be No. of Total dry film


painted coats thickness(min.)
(microns)
1. Thermo setting
powder inside 01 30
paint outside 01 60
2. Liquid paint
a)Epoxy outside 01 30
(primer) outside 02 25 each
b)P.U. inside 01 35/10
Paint(Finish
coat)
c) Hot oil paint/
Varnish

18.8 TESTS FOR PAINTED SURFACE:

18.8.1 The painted surface shall be tested for paint thickness.

18.8.2 The painted surface shall pass the cross hatch adhesion test and impact test as acceptance
tests and Salt spray test and Hardness test as type test as per the relevant IS/IEC.

______________________________________________________________________________
Section 9: LT Transformer Page 9 of 15
Note: Supplier shall guarantee the painting performance requirement for a period of not less
than 5 years.

19. BUSHINGS:

19.1 The bushings shall conform to the relevant standards specified and shall be of outdoor
type. The bushing rods and nuts shall be made of brass material 12 mm diameter for both
HT and LT bushings. The bushings shall be fixed to the transformers on side with straight
pockets and in the same plane or the top cover. The tests as per latest IS 2099 and IS 7421
shall be conducted on the transformer bushings.

19.2 For 11 kV, 17.5 kV class bushings and for 0.433 kV, 1.1 kV class bushings shall be used.

19.3 Bushing can be of porcelain/epoxy material. Polymer insulator bushings conforming with
relevant IEC can also be used.

19.4 Bushings of plain shades as per IS 3347 shall be mounted on the side of the Tank and not
on top cover.

19.5 Dimensions of the bushings of the voltage class shall conform to the Standards specified
and dimension of clamping arrangement shall be as per IS 4257.

19.6 Minimum external phase to phase and phase to earth clearances of bushing terminals shall
be as under:

Voltage(kV) Medium Clearance for phase Clearance for phase


to to earth(mm)
phase(mm)terminal terminal chamber
chamber open closed

pen
closed
0.433 Air 40 25 40
20

11 Air 255 127 140 76

19.7 Arcing horns shall be provided on HV bushings.

19.8 Brazing of all inter connections, jumpers from winding to bushing shall have cross section
larger than the winding conductor. All the Brazes shall be qualified as per relevant
standard.

19.9 The bushings shall be of reputed make supplied by those manufacturers who are having
manufacturing and testing facilities for insulators.

19.10 The terminal arrangement shall not require a separate oil chamber not connected to oil in
the main tank.

______________________________________________________________________________
Section 9: LT Transformer Page 10 of 15
20. TERMINAL CONNECTORS:

The LV and HV bushing stems shall be provided with suitable terminal connectors as per
IS 5082 so as to connect the jumper without disturbing the bushing stem. Connectors shall
be with eye bolts so as to receive conductor for HV. Terminal connectors shall be type
tested as per IS 5561.

21. CABLE BOXES


In case HV/LV terminations are to be made through cables the transformer shall be fitted
with suitable cable box on 11 kV side to terminate cable of suitable size as per the
requirement.

The bidder shall ensure the arrangement of HT Cable box so as to prevent the ingress of
moisture into the box due to rain water directly falling on the box. The cable box on HT
side shall be of the split type with faces plain and machined and fitted with Neo-k-Tex or
similar quality gasket and complete with brass wiping gland to be mounted on separate
split type gland plate with nut-bolt arrangement and MS earthing clamp. The bushings of
the cable box shall be fitted with nuts and stem to take the cable cores without bending
them. The stem shall be of copper with copper nuts. The cross section of the connecting
rods shall be stated and shall be adequate for carrying the rated currents. On the HV side
the terminal rod shall have a diameter of not less than 12 mm. The material of connecting
rod shall be copper. HT Cable support clamp should be provided to avoid tension due to
cable weight.

The transformer shall be fitted with suitable LV cable box having non-magnetic material
gland plate with appropriate sized single compression brass glands on LV side to terminate
1.1 kV/single core XLPE armoured cable (Size as per requirement).

22. TERMINAL MARKINGS:

High voltage phase windings shall be marked both in the terminal boards inside the tank
and on the outside with capital letter 1U, 1V, 1W and low voltage winding for the same
phase marked by corresponding small letter 2u, 2v, 2w. The neutral point terminal shall be
indicated by the letter 2n. Neutral terminal is to be brought out and connected to local
grounding terminal by an earthing strip.

23. FITTINGS:

The following standard fittings shall be provided:


i. Rating and terminal marking plates, non-detachable.
ii. Earthing terminals with lugs - 2 Nos.
iii. Lifting lugs for main tank and top cover

______________________________________________________________________________
Section 9: LT Transformer Page 11 of 15
iv. Terminal connectors on the HV/LV bushings (For bare terminations only).
v. Thermometer pocket with cap - 1 No.
vi. Air release device
vii. HV bushings - 3 Nos and 1 no spare
viii. LV bushings - 4 Nos and 1 no spare
ix. Pulling lugs
x. Stiffener
xi. Radiators - No. and length may be mentioned (as per heat dissipation calculations)/
corrugations.
xii. Arcing horns - 3 No.
xiii. Prismatic oil level gauge.
xiv. Drain cum sampling valve.
xv. Top filter valve
xvi. Oil filling hole having p. 1- ¼” thread with plug and drain plug on the
conservator.
xvii. Silicagel breather
xviii. Base channel 100 mmx50 mm, 460 mm long with holes to make them suitable for
fixing on a platform or plinth.
xix. 4 No. rollers.
xx. Pressure relief device or explosion vent.

24. FASTENERS:

24.1 All bolts, studs, screw threads, pipe threads, bolt heads and nuts shall comply with the
appropriate Indian Standards for metric threads, or the technical equivalent.

24.2 Bolts or studs shall not be less than 6 mm in diameter except when used for small wiring
terminals.

24.3 All nuts and pins shall be adequately locked.

24.4 Wherever possible bolts shall be fitted in such a manner that in the event of failure of
locking resulting in the nuts working loose and falling off, the bolt will remain in position.

24.5 All ferrous bolts, nuts and washers placed in outdoor positions shall be treated to prevent
corrosion, by hot dip galvanising, except high tensile steel bolts and spring washers which
shall be electro-galvanised/plated. Appropriate precautions shall be taken to prevent
electrolytic action between dissimilar metals.

24.6 Each bolt or stud shall project at least one thread but not more than three threads through
the nut, except when otherwise approved for terminal board studs or relay stems. If bolts
and nuts are placed so that they are inaccessible by means of ordinary spanners, special
spanners shall be provided.

______________________________________________________________________________
Section 9: LT Transformer Page 12 of 15
24.7 The length of the screwed portion of the bolts shall be such that no screw thread may form
part of a shear plane between members.
24.8 Taper washers shall be provided where necessary.

24.9 Protective washers of suitable material shall be provided front and back of the securing
screws.

25. OVERLOAD CAPACITY:

The transformers shall be suitable for loading as per IS 6600.

26. TESTS:
All the equipment offered shall be fully type tested as per the relevant standards including
the additional type tests. The type test must have been conducted on a transformer of same
design during the last five years at the time of bidding. The bidder shall furnish four sets
of type test reports along with the offer. Offers without type test reports will be treated as
non-responsive.

26.1 Special tests other than type and routine tests, as agreed between purchaser and bidder
shall also be carried out as per the relevant standards.
26.2 The requirements of site tests are also given in this clause.
26.3 The test certificates for all routine and type tests for the transformers oil shall be submitted
with the bid.
26.4 The procedure for testing shall be in accordance with IS1180/2026 as the case may be
except for temperature rise test.
26.5 Before dispatch each of the completely assembled transformers shall be subjected to the
routine tests at the manufacturer’s works.

27. ROUTINE TESTS:


27.1 Ratio, polarity, phase sequence and vector group.
27.2 No Load current and losses at service voltage and normal frequency.
27.3 Load losses at rated current and normal frequency.
27.4 Impedance voltage test.
27.5 Resistance of windings at each tap, cold (at or near the test bed temperature).
27.6 Insulation resistance.
27.7 Induced over voltage withstand test.
27.8 Separate source voltage withstand test.
27.9 Neutral current measurement-The value of zero sequence current in the neutral of the star
winding shall not be more than 2% of the full load current.
27.10 Oil samples (one sample per lot) to comply with IS 1866.
27.11 Measurement of no load losses and magnetizing current at rated frequency and 90%, 100%
and 110% rated voltage.

______________________________________________________________________________
Section 9: LT Transformer Page 13 of 15
27.12 Pressure and vacuum test for checking the deflection
28. ADITIONAL TYPE TESTS TO BE CONDUCTED ON ONE UNIT:
28.1. In addition to the tests mentioned in clause 26 and 27 following tests shall be conducted:
28.2. Temperature rise test for determining the maximum temperature rise after continuous full
load run. The ambient temperature and time of test should be stated in the test certificate.
Dissolved gas analysis before and after Temperature Rise Test.
28.3. Impulse voltage test: with chopped wave of IS 2026 part-III. BIL for 11 kV shall be 95 kV
peak instead of 75 kV
28.4. Short circuit withstand test: Thermal and dynamic ability.
28.5. Air Pressure Test: As per IS – 1180.
28.6. Magnetic Balance Test.
28.7. Un-balanced current test: The value of unbalanced current indicated by the ammeter shall
not be more than 2% of the full load current.
28.8. Noise-level measurement.
28.9. Measurement of zero-phase sequence impedance.
28.10. Measurement of Harmonics of no-load current.
28.11. Transformer tank shall be subjected to specified vacuum. The tank designed for vacuum
shall be tested at an internal pressure of 0.35 kg per sq cm absolute (250 mm of Hg) for
one hour. The permanent deflection of flat plates after the vacuum has been released shall
not exceed the values specified below:

Horizontal length of flat Permanent deflection


plate (in mm) (in mm)

Upto and including 750 5.0

751 to 1250 6.5

1251 to 1750 8.0

1751 to 2000 9.5

2001 to 2250 11.0

2251 to 2500 12.0

2501 to 3000 16.0

Above 3000 19.0

28.12. Transformer tank together with its radiator and other fittings shall be subjected to pressure
corresponding to twice the normal pressure or 0.35 kg / sq.cm whichever is lower,
measured at the base of the tank and maintained for an hour. The permanent deflection of
the flat plates after the excess pressure has been released, shall not exceed the figures for
vacuum test.

28.13. Pressure relief device test: The pressure relief device shall be subject to increasing fluid
pressure. It shall operate before reaching the test pressure as specified in the above class.
______________________________________________________________________________
Section 9: LT Transformer Page 14 of 15
The operating pressure shall be recorded. The device shall seal-off after the excess
pressure has been released.

28.14. Short Circuit Test and Impulse Voltage Withstand Tests: The purchaser intends to
procure transformers designed and successfully tested for short circuit and impulse test.
In case the transformers proposed for supply against the order are not exactly as per the
tested design, the supplier shall be required to carry out the short circuit test and impulse
voltage withstand test at their own cost in the presence of the representative of the
purchaser.

28.15. The supply shall be accepted only after such test is done successfully, as it confirms on
successful withstand of short circuit and healthiness of the active parts thereafter on un-
tanking after a short circuit test.

28.16. Apart from dynamic ability test, the transformers shall also be required to withstand
thermal ability test or thermal withstand ability will have to be established by way of
calculations.
28.17. It may also be noted that the purchaser reserves the right to conduct short circuit test and
impulse voltage withstand test in accordance with the IS, afresh on each ordered rating at
purchaser cost, even if the transformers of the same rating and similar design are already
tested. This test shall be carried out on a transformer to be selected by the purchaser either
at the manufacturer’s works when they are offered in a lot for supply or randomly from
the supplies already made to purchaser’s stores. The findings and conclusions of these
tests shall be binding on the supplier.

28.18. Type test certificates for the tests carried out on prototype of same specifications shall be
submitted along with the bid. The purchaser may select the transformer for type tests
randomly.

______________________________________________________________________________
Section 9: LT Transformer Page 15 of 15
SECTION-X

DIESEL GENERATOR SET


SECTION : 10

DIESEL GENERATOR SET

1.1 SCOPE OF SUPPLY


1.1.1 The scope covers supply of Diesel Generator set of stationery type having a net electrical output of
250KVA capacity at specified site conditions of 50 deg.C ambient temperature and 100% relative
humidity on FOR site basis. DG set shall be equipped with :

(i) Diesel engine complete with all accessories.


(ii) An alternator directly coupled to the engine through coupling, complete with all accessories.
(iii) Automatic voltage regulator.
(iv) Complete starting arrangement, including two nos. batteries & chargers.
(v) Base frame, foundation bolts etc.
(vi) Day tank of 990 Litre capacity.
(vii) Oil pump for transferring to Day Tank.
(viii) Engine Cooling and lubrication system.
(ix) Engine air filtering system.
(x) Exhaust silencer package.
(xi) Set of GI pipes, valves, strainers, unloading hose pipes as required.
(xii) All lubricants, consumable, touch up paints etc. for first filling, testing & commissioning at site.
The fuel oil for first commissioning will also be provided by the contractor.
(xiii) AMF panel for control, metering and alarm.

1.2. SCOPE OF SERVICE


1.2.1. The Contractor shall provide following services :

a) Design, manufacture, shop testing including assembly test.


b) Despatch, transportation to site.
c) Erection, testing & commissioning with all equipments / materials required for the purpose.
d) Drawings, data, design calculations and printed erection, operation & maintenance manual.

1.3 TECHNICAL REQUIREMENTS


1.3.1. The rating of DG sets are as follows :

1.3.1.1 DG set shall be 250KVA, 1500RPM, 0.8pf, 415V, 3 phase, 50Hz. The above ratings are the
minimum requirements.

1.3.1.2 DG sets shall also be rated for 110% of full load for 1 hour/day of continuous running.
1.3.1.3. The output voltage, frequency and limits of variation from open circuit to full load shall be as
follows:
a) Voltage variation + 5% of the set value provision shall exist to set
adjust the value between 90% to 110% of
nominal Generator voltage of 415V.

b) Frequency 50Hz + 2%

1.3.1.4 The Diesel Generator and other auxiliary motor shall have epoxy thermosetting type insulation
but limited to class-B for temperature rise consideration.

1.3.1.5 The Day tank of 990 Litre capacity shall be provided on a suitable fabricated steel platform.
The tank shall be complete with level indicator marked in litres, filling inlet with removable
screen, an outlet, a drain plug, an air vent, an air breather and necessary piping. The tank
shall be painted with oil resistant paint and shall be erected in accordance with Indian
explosive act of 1932.

1.3.1.6 Six (6) output terminals shall be provided in alternator box. The neutral shall be formed in AMF
panel. The generator terminal box shall be suitable to house necessary cables and should be
made of non-magnetic material.

1.3.1.7 For transferring oil to Day tank transfer pumps are envisaged. The capacity of transfer pump shall
be adequate to fill the day tank in about 30 minutes.

______________________________________________________________________________________________________________________
Section 10: D.G. Set Page 1 of 4
1.4 SYSTEM DESIGN
1.4.1 The Diesel Generators units shall be installed outdoors with sound proof enclosures as per new
environment policy. Exhaust will be let out to outside atmosphere, condensate traps shall be
provided on the exhaust pipe.

1.4.2. The fuel used shall be High Speed Diesel Oil (HSD) or Light Diesel Oil (LDO) as per IS:1460

1.4.3. The Diesel Engines shall be directly water cooled. Cooling of water through radiator and fan as
envisaged.

1.4.4 The engine shall have closed loop lubricating system. No moving parts shall require lubrication by
hand prior to the start of engine or while it is in operation.

1.5. PLANT DESIGN


1.5.1 The equipment shall be safe and proper and without undue vibration or stores for continuous
operation at all loads upto rated output at operating and test conditions.

1.5.2. The equipment shall have provision for easy maintenance, overhaul, cleaning and inspection and
replacement of parts. All tools for operation and maintenance of equipment shall be supplied.

1.5.3 Diesel engine shall be turbo charged multicylinder V-type in line type with mechanical fuel injection
system.

1.5.4 Automatic electric starting by DC starter motor shall be provided. Two nos. battery with automatic
battery charger shall be provided. Each battery shall have sufficient capacity to give 10 nos.
successive starting impulse to the diesel engine.

1.6. CONTROL AND INSTRUMENTATION


1.6.1. Each D.G. sets shall be provided with suitable instruments, interlock and protection arrangement,
suitable annunciation and indications etc. for proper start up, control, monitoring and safe
operation of the unit. One local AMF control panel alongwith each D.G. set shall be provided by
the Supplier to accommodate these instruments, protective relays, indication lamps etc. The AMF
Panel shall have IP-52 degree of Protection as per IS:12063.

1.6.2. The D.G. sets shall be provided with automatic start facility to make it possible to take full load
within 30 seconds of Power Supply failure.

1.6.3. Testing facility for automatic operation of D.G. set shall be provided in AMF panel.

1.6.4. A three attempt starting facility using two impulse timers and summation timer for engine shall be
proved and if the voltage fails to develop within 40 sec. from receiving the first impulse, the set
shall block and alarm to this effect shall be provided in the AMF panel.

1.6.5. Following instruments shall be provided with Diesel Engine.

a) Lub Oil Pressure gauge (engine panel).


b) Lub oil temperature thermometers (both on engine and at local panel)
c) Water temperature thermometers (both on engine and at local panel)
d) Exhaust gas pyrometer with temp. switch (at local panel)
e) Engine tachometer / HR (engine panel)
f) Any other instruments necessary for DG Set operation shall be provided.

1.6.6. DG set shall be capable of being started / stopped manually from remote as well as local. (Remote
START/STOP push button shall be provided in 415V ACDB). However, interlock shall be provided
to prevent shutting down operation as long as D.G. Circuit breaker is closed.

1.6.7. The diesel generator shall commence a shutdown sequence whenever any of the following
conditions appear in the system :
a) Overspeed
b) Overload
c) High temperature of engine, cooling water and lubricating oil.
d) Low Lub oil Pressure.
e) Generator differential protection.
f) Short circuit protection.
g) Under voltage.
______________________________________________________________________________________________________________________
Section 10: D.G. Set Page 2 of 4
h) Over voltage.
i) Further interlocking of breaker shall be provided to prevent parallel operation of DG set
with normal station supply.

1.6.8. A suitable battery charger using semi-conductor rectifier shall be provided for quick and trickle
charging the battery. AMF panel shall consist of complete battery charging scheme suitable for
24V DC, 25 A operation. Battery charger shall have input switch, transformer – Rectifier unit,
choke, control fuses, necessary filters and suitable characteristic for charging the battery and
keeping it in fully charged state. The charger shall be provided with suitable DC voltmeter,
Ammeter and output voltage control facility mounted on the control cubicle and shall be suitable for
connection to single phase 240V Ac supply with + 10% voltage variation.

1.6.9. Following indication lamps for purposes mentioned as under shall be provided in AMF panel:

1.6.9.1 Pilot indicating lamp for the following :


a) Mains ON
b) Alternator On
c) Charger ON/OFF
d) Breaker On/OFF
e) Main LT Supply ON/OFF

1.6.9.2 Visual annunciation shall be provided for set shut down due to :
a) engine overheating
b) low oil pressure
c) lack of fuel
d) set failed to start in 30 sec after receiving the first start impulse
e) high cooling water temperature
f) low level in daily service fuel tank
g) Over speed trip
h) Audio & visual Annunciation for alternator fault.

1.6.10 Thermostatically controlled space heaters and cubicle illumination operated by Door Switch shall
be provided in AMF panel. Necessary isolating switches and fuses shall also be provided.

1.6.11 AMF panel shall have facility for adjustment of speed and voltage including fine adjustments in
remote as well as in local mode.

Following shall also be provided in AMF panel :


a) Frequency meter
b) 3 nos. single phase ct’s for metering
c) 3 nos. (provided by LT swgr manufacturer) single phase CT’s with KPV 300V & RCT 0.25
ohm for differential protection of DG Set on neutral side.
d) One (1) DC Ammeter (0-40A)
e) One (1) DC Voltmeter (0-30V)
f) One (1) Voltmeter Selector switch
g) One (1) AC Ammeter
h) One (1) AC Voltmeter
i) Three (3) Timers (24V DC)
j) Two (2) Auto/Manual Selector Switch
k) Two (2) Auto/test/Manual/ Selector Switch
l) Eleven (11) Aux. Contactors suitable for 24 V DC
m) One (1) motorized potentiometer for voltage adjustment
n) Two (2) set Battery charger as specified in technical specification.
o) One (1) set phase & neutral busbars.
p) Any other item required for completion of control scheme shall be deemed to be included.

1.7 TESTS
1.7.1 The Diesel generator sets shall be tested for routine and acceptance test as per the relevant
IS/IEC standards.

1.7.2 Type Test


Type test reports as per relevant standard shall be submitted for purchaser’s approval.

______________________________________________________________________________________________________________________
Section 10: D.G. Set Page 3 of 4
1.7.3 Commissioning Checks
In addition to the checks and test recommended by the manufacturer, the Contractor shall carryout
the following commissioning tests to be carried out at site.

1.7.3.1 Load Test


The engine shall be given test run for a period of atleast 6 hours. The set shall be subjected to the
maximum achievable load as decided by Purchaser without exceeding the specified DG Set rating:

During the load test, half hourly records of the following shall be taken :
a) Ambient temperature
b) Exhaust temperature if exhaust thermometer is fitted.
c) Cooling water temperature at a convenient point adjacent to the water output from the
engine jacket.
d) Lubricating oil temperature where oil cooler fitted.
e) Lubricating oil pressure.
f) Colour of exhaust gas.
g) Speed
h) Voltage, wattage and current output.
i) Oil tank level

The necessary load to carryout the test shall be provided by the purchaser.

1.7.3.2 Insulation Resistance Test for Alternator


Insulation resistance in mega-ohms between the coils and the frame of the alternator when tested
with a 500V megger shall not be less than IR=2x (rated voltage in KV)+1

1.7.3.3. Check of Fuel Consumption


A check of the fuel consumption shall be made during the load run test. This test shall be
conducted for the purpose of proper tuning of the engine.

1.7.3.4 Insulation Resistance of Wiring


Insulation resistance of control panel wiring shall be checked by 500V Megger. The IR shall not be
less than one mega ohm.

1.7.3.5 Functional Tests


a) Functional tests on control panel.
b) Functional test on starting provision on the engine.
c) Functional tests on all Field devices.
d) Functional tests on AVR and speed governor.

1.7.3.6 Measurement of Vibration


The vibration shall be measured at load as close to maximum achievable load and shall not
exceed 250 microns.

1.7.3.7 Noise Level (sound pressure level) check.


(i) Noise level measurement shall be done generally following the guidelines given in IS:12065. The
measurement shall be carried out with a calibrated interacting sound level meter as per IS:9779.

(ii) Sound level shall be measured all round the Diesel Generator set at a distance of 1m. from the
nearest surface of the machine and at a height of 1.5m from the floor level as illustrated in
IS:12065 for electrical machines.

iii) A minimum of 8 pts. (5 around diesel engine and 3 around alternator) shall be covered for
measurement. Additional measurement points shall be considered in case the criteria indicated
in C1.3.3.3 of IS:12065 is not met.

iv) The measurement shall be done with slow response meter on the A- weighting scale. The
average of the A-weighted sound level measurement expressed in decibels to a reference of
0.0002 microbar.

v) The tests shall be carried out with the DG set operating at rated speed and at maximum
achievable load. Necessary correction for Test environment condition & background noise will be
applied as per IS:12065.

______________________________________________________________________________________________________________________
Section 10: D.G. Set Page 4 of 4
SECTION-XI

SWITCHYARD
SECTION: 11

SWITCHYARD ERECTION

1.0. GENERAL

The detailed scope of work includes design, engineering, manufacture, testing at works, supply on
FOR destination site basis, insurance, handling, storage, erection testing and commissioning of
various items and works as detailed herein.

This section covers the description of the following item

A. Supply of
- String insulators and hardware
- ACSR conductor
- Galvanized Steel Earth wire
- Aluminum Tubular Bus Bars
- Spacers
- Bus post insulators
- Earthing & Earthing materials
- Lightning protection materials
- Cabling material
- Other items

B. Erection of all items

1.1. String Insulator & hardware


The insulators for suspension and tension string shall conform to IEC60383 and long rod
insulators shall conform to IEC 60433. Insulator hardware shall conform to IS: 2486.

1.1.1. Construction Features


1.1.1.1 Suspension and tension insulators shall be wet process porcelain with ball and socket
connection. Insulators shall be interchangeable and shall be Suitable for forming either
suspension or tension strings. Each insulator shall have rated strength markings on
porcelain printed and applied before firing.
1.1.1.2 Porcelain used in insulator manufacture shall be homogeneous, free from laminations,
cavities and other flaws or imperfections that might affect the mechanical or dielectric
quality and shall be thoroughly vitrified, tough and impervious to moisture
1.1.1.3. Glazing of the porcelain shall be uniform brown colour, free from blisters, burrs and other
similar defects
1.1.1.4. When operating at normal rated voltage there shall be no electric discharge between
conductor and insulator which would cause corrosion or injury to conductors or insulators
by the formation of substances due to chemical action. No radio interference shall be
caused when operating at normal rated voltage.
1.1.1.5. The design of the insulator shall be such that stresses due to expansion and contraction in
any part of the insulator shall not lead to deterioration. All ferrous part shall be hot dip
galvanized in accordance with the latest edition of IS: 2629. The zinc used for galvanizing
shall be of grade Zn-99.95 as per IS-209. The zinc coating shall be uniform, adherent,
smooth, reasonably bright, continuous and free from imperfections such as flux, ash; rust
____________________________________________________________________________
Section 11 : Switchyard Erection Page 1 of 10
stains bulky white deposits and blisters.
1.1.1.6. Bidder shall make available data on all the essential features of design including the
method of assembly of discs and metal parts, number of discs per insulator string
insulators, the manner in which mechanical stresses are transmitted through discs to
adjacent parts, provision for meeting expansion stresses, results of corona and thermal
shock tests, recommended working strength and any special design or arrangement
employed to increase life under service conditions.
1.1.1.7. Clamps for insulator strings and Corona Control rings shall be of aluminum alloy as
stipulated for clamps and connectors
1.1.1.8. Insulator hardware shall be of forged steel. Malleable cast iron shall not be accepted
except for insulator disc cap. The surface of hardware must be clean, smooth, without cuts,
abrasion or projections. No part shall be subjected to excessive localized pressure. The
metal parts shall not produce any noise generating corona under operating conditions
1.1.1.9. The tension Insulator hardware assembly shall be designed for 11500 kg tensile load.
Earth wire tension clamp shall be designed for 1000 kg tensile load with a factor of safety
of two (2).
1.1.1.10 The tension string assemblies shall be supplied along with suitable turn Buckle. Sag
compensation springs if required may also be provided.
1.1.1.11 All hardware shall be bolted type.

1.2. Long Rod Insulators

1.2.1 As an alternative to disc insulator, Bidder can offer long rod insulators strings, with
suitable hardware. The combination should be suitable for application specified and
should offer the identical / equivalent parameters as would be available from insulator
string comprising disc insulators and hardware combination.
1.2.2. All constructional features specified at Clause 1.1.1 of this Section shall also apply to the
long rod insulator string.

1.3. Tests

In accordance with the stipulations of the specification, the suspension and tension strings,
insulator and hardware shall be subjected to the type tests, acceptance tests and routine
tests as per relevant standards.

1.4. Parameters

1.4.1. Disc Insulators 220KV


a) Type of Insulators Anti Fog type
b) Size of insulator units (mm) 255x145
c) Electro mechanical strength 120 KN
d) Creepage distance of individual insulator 430 mm
units (min. and as
required to meet total
Creepage distance)
e) Markings Marking on porcelain shall be printed and applied before firing
1.3 times the actual wet flashover voltage.
* Long rod insulators may be used in place of disc insulators subject to
confirmation to equivalent electrical and mechnical parameter.

____________________________________________________________________________
Section 11 : Switchyard Erection Page 2 of 10
1.4.2 INSULATOR STRING

S.No. Description 220 kV


A Power frequency withstand voltage of the complete 460
string with corona control ring (wet)
B Lightning impulse withstand voltage of string with 1050
corona control ring (dry) – kVp
C Switching surge withstand voltage of string with NA
corona control rings (wet)kVp.
D Min. corona extinction voltage level of string with 156
corona control rings (dry)- kV rms.
E RIV level in micro volts of string with corona control 1000
rings at 156 KV (rms) for 220 KV string across 300 (Max.)
Oh resistor at 1 MHz
F Total creepage distance of the insulator string (mm) 6125
G Total no. discs per strings 15

For tension application, double insulator strings and for suspension purpose
single suspension insulator string shall be used for 220 KV system.

2.0 ACSR ZEBRA CONDUCTOR

2.1 Details of conductor


2.1.1 The Conductor shall confirm to IS 398: 1982 except where otherwise specified herein.
2.1.2 The details of the conductor are tabulated below:
a) Stranding and wire diameter 54/3.18 mm Al +7/3.18 mm steel
b) No. of strands
Steel 7
Aluminium Layer 54
c) Sectional area of Al. 418.6 mm2
d)Total sectional area 483.1 mm2
e) Overall diameter 28.62mm
f)Approx. wt. 1621kg/km.
g)Calculated d.c. resistance at 20 C 0.0680 Oh/km
h) Approximate calculated breaking load 13316 Kg.

Workmanship
2.2.1 The finihed conductor shall be smooth, compact, uniform and free from all imperfections
including spills and splits., die marks, scratches, abrasions, scuff marks, kinks (protrusion
of wires), dents, press marks, cut marks, wire cross over riding, looseness (wire being
dislocated by finger/ hand pressure and / or unusual bangle noise on tapping), material
inclusions, white rust, powder formation or black spots ( on account of reaction with trapped
rain water etc. ) dirt, grit etc.
2.2.2 All the Al. and steel strands shall be smooth, uniform and free, from all imperfections,
such as spills and splits, die marks, scratches, abrasion and kinks after drawing and also
after stranding.
2.2.3 The steel strands shall be hot dip galvanized and shall have a minimum zinc coating of 230
gm/sq.m. of the uncoated wire surface. The zinc coating shall be smooth, continuous
and of uniform thickness, free from imperfections and shall withstand minimum three
dips after stranding Preece tests. The finished strands and the individual wires
____________________________________________________________________________
Section 11 : Switchyard Erection Page 3 of 10
shall be of uniform quality and have the same properties and characteristics as
prescribed in ASTM designation B 498-74.
2.2.4 The steel strands shall be performed and postformed in order to prevent spreading of
strands in the event of cutting composite core wire. Care shall be taken to avoid
damage to galvanization during performing and post forming operation.

2.3 Joints in Wires

2.3.1 Aluminium Wires


No joints shall be permitted in the individual wires in the outermost layer of the
finished conductor. However, joints in the inner layers of the conductor shall be
allowed but these joints shall be made by cold pressure butt welding.
There shall be no joint of any kind in the finished wire entering into the manufacture of the
strand. There shall also be no strand splices in any length of the completed steel core of the
conductor.

2.4 Tolerances
The manufacturing tolerance to the extent of the following limits only shall be
permitted in the diameter of individual Al. and steel strands and lay ratio of the
conductor.

2.5 Materials

2.5.1 Aluminium
The Al. strands shall be drawn from electrolytic aluminium rods having purity not less than
99.5% and a copper content not exceeding 0.04%.
2.5.2 Steel
The steel wire strands shall be drawn high carbon steel wire rods and shall confirm to the
following chemical composition.
Element Composition
Carbon 0.50 to 0.85
Manganese 0.50 to 1.10
Phosphorous Not more than 0.035
Sulphur Not more than 0.045
Silicon 0.10 to 0.35
2.5.3 Zinc
The zinc used for galvanizing shall be electrolytic High Grade Zinc of 99.95% purity. It
shall confirm to and satisfy all the requirements of IS 209-1979.

2.6 Standard Length


2.6.1 The conductor shall be supplied in standard length of 2150 meters. Bidder shall
indicate the standard length of the conductor to be offered by them A tolerance of 10 m on
the standard length offered by the Bidder shall be permitted. All lengths outside this limit
of tolerance shall be treated as random lengths. No joint shall be allowed within a
single span of stringing.
2.6.2 Random lengths will be accepted provided no length is less than 70% of the standard
length and the total quantity of random shall be more than 5% of the total quantity. In
addition, for every bobbin of random length, three (3) others shall be fabricated with a
tolerance 10 m and all the above four drums shall be clearly identified and shipped
together to the same site so that they can be installed in the same / trench.
____________________________________________________________________________
Section 11 : Switchyard Erection Page 4 of 10
2.7 Tests
2.7.1 The following type, acceptance and routine tests and tests during manufacturing shall be
carried out on the conductor.

2.7.2 Type Test


In accordance with the stipulation of specification, the following type test reports of the
conductor shall be submitted for approval as per clause 9.2 of section GTR.
a. UTS test on stranded conductor
b. Corona extincton Voltage Test (dry & Wet)
c. Radio Interference voltage test (dry & wet)
d. DC resistance test pm stranded conductor
e. Stess strain test
2.7.3 Acceptance Tests
a. Visual check for joints scratches etc. and lengths of conductor
b. Dimensional check on steel and Al. strands.
c. Check for lay ratios of various layers
d. Galvanising test on steel strands
e. Torsion and Elongation test on steel strands
f. Breaking load test on steel and Al. strands
g. Wrap test on steel and Al. strands
h. DC resistance test on Al. strands
i. Visual and dimensional check on drum
Note: All the above tests except test mentioned at (a) shall be carried out on aluminium
and steel strands after stranding only.
2.7.4 ROUTINE TEST
a. Check to ensure that the joints are as per specification
b. Check that there are no cuts, fins etc. on the strands
c. Check that drums are as per specification
d. All acceptance test as mentioned in Clause 2.7.3 above to be carried out on
each coil.
2.7.5 TEST DURING MANUFACTURE
a. Chemical analysis of Zinc used for Galvanizing
b. Chemical analysis of Al. used for making Al. strands
c. Chemical analysis of steel used for making steel strands
2.7.6 Sample Batch for type Testing
The contractor shall offer material for selection of samples for type testing only after getting
quality assurance plans approved from owner’s Quality Assurance Deptt. The sample shall
be manufactured strictly in accordance with the Quality Assurance Plan approved by Owner.

2.4 GALVANISED STEEL EARTHWIRE

3.1. Details of Earth wire

3.1.1 The galvanised steel earth wire shall generally conform to the specification of ACSR core wire as
mentioned in IS: 398 (Part-II)-1976 except where otherwise specified herein.
3.1.2 The details of the earth wire are tabulated below
a) Stranding and wire : 7/3.66 mm steel
diameter
b) Number of strands : 1
____________________________________________________________________________
Section 11 : Switchyard Erection Page 5 of 10
Steel core
Outer Steel Layer : 6

c) Total sectional area : 73.65 mm2

d) Overall diameter : 10.98 mm

e) Approximate weight : 583 kg/km

f) Calculated d.c. resistance- : 2.5 ohms/km


tance at 200C
g) Minimum ultimate tensile : 68.4 kN
strength

h) Direction of lay of
outer layer : Right hand

3.2. TESTS

3.2.1 The following type, routine & acceptance tests and tests during manufacturing shall be carried out
on the earth wire.

4.0 TUBULAR BUS CONDUCTORS

4.1 General
Aluminium used shall be grade 63401 WP (range 2) conforming to IS: 5082.

4.2 Constructional Features


4.2.1 For out side diameter (OD) & thickness of the tube there shall be no minus tolerance, other
requirements being as per IS: 2678 and IS: 2673
4.2.2 The aluminum tube shall be supplied in suitable cut length to minimize wastage.
4.2.3 The welding of aluminum tube shall be done by the qualified welders duly approved by the owner.

4.3 Tests
In accordance with standards of the specification, Routine tests shall be conducted on tubular bus
conductors as per IS: 5082. Also the wall thickness and ovality of the tube shall be measured by
the ultrasonic method. In addition to the above tests, 0.2% proof tests on both parent metal and
Aluminium tube after welding shall be conducted.

4.4 Parameters
a) Size 4"IPS (EH Type)
b) Outer diameter (mm) 114.2
c) Thickness (mm) 8.51
d) Cross-sectional area (sq.mm) 2825.61
e) Weight (kg/m) 7.7

5.0 BUS POST INSULATORS

The post insulators shall conform in general to latest IS : 2544, IEC-168 and IEC-815.

____________________________________________________________________________
Section 11 : Switchyard Erection Page 6 of 10
5.1 Tests

In accordance with the stipulations of the specification, the post insulators shall be subject to type,
acceptance, sample and routine tests as per IS : 2544 and IEC-168.

5.2. Technical Parameters of Bus Post Insulators.

a) Type Solid Core


b) Voltage class (kV) 245
c) Dry and wet one minute power frequency 460
withstand voltage(kV rms)
d) Dry lightning impulse Withstand Voltage (kVp) ±1050
e) Max. radio interference voltage (in micro volts) 500
at voltage of 156kV (rms) for 220 kV
between phase to ground
f) Corona extinction voltage (kV rms) 156 (Min.)
g) Total minimum cantilever Strength (Kg) 800
h) Minimum torsional moment ------ As per IEC-273--------
i) Total height of insulator (mm) 2300
(Minimum) Necessary sub-Structure/stool required to match
bus height using standard structure shall be provided by the
Contractor.
j) P.C.D
Top (mm) 127
Bottom (mm) 254
k) No. of bolts
Top 4
Bottom 8

l) Diameter of bolt/holes(mm)
Top M16
Bottom 18
m) Pollution level as per IEC-815 Heavy(III)
n) Minimum total creepage 6125

5.2.1. If corona extinction voltage is to be achieved with the help of corona ring or any other similar
device, the same shall be deemed to be included in the scope of the Contractor.

6.0 EARTHING

6.1 The earthing shall be done in accordance with requirements given hereunder and drawing titled
‘Earthing Details’ enclosed with the specification. The earthmat design shall be done by the
Contractor as per IEEE-80. The soil resistivity measurement shall also be done by the Contractor.
The resistively measurement of stone (to be used for stone spreading) shall also be done by the
Contractor to confirm the resistivity value of stone considered in earth mat design. For
measurement purpose, one sample of stones from each source (in case stones are supplied from
more than one source) shall be used. The main earthmat shall be laid in the switchyard area in
accordance with the approved design requirements.
6.2 Neutral points of systems of different voltages, metallic enclosures and frame works associated
____________________________________________________________________________
Section 11 : Switchyard Erection Page 7 of 10
with all current carrying equipments and extraneous metal works associated with electric system
shall be connected to a single earthing system unless stipulated otherwise.
6.3 Earthing and lightning protection system installation shall be in strict accordance with the latest
editions of Indian Electricity Rules, relevant Indian Standards and Codes of practice and
Regulations existing in the locality where the system is installed.

a) Code of practice for Earthing IS: 3043


b) Code of practice for the protection of Building and allied structures against lightning
IS:2309.
c) Indian Electricity Rules 1956 with latest amendments.
d) National Electricity Safety code IEEE-80.

6.4 Details of Earthing System

Item Size Material

a) Main Earthing Conductor to be buried in 40mm dia Mild Steel rod


ground
b) Conductor above ground & earthing leads 75x12mm G.S. Galvanised Steel
equipment) flat
c) Conductor above ground & earthing leads 75x12mm G.S. Galvanised Steel
(for columns & aux. structures) flat
d) Earthing of indoor LT panels, Control panels 50x6 mm G.S. Galvanised Steel
and out door marshalling boxes, MOM flat
boxes, Junction boxes& Lighting Panels etc
e) Rod Earth Electrode 40mm dia, Mild Steel
3000mm long
f) Pipe Earth Electrode (in treated earth pit) as 40mm dia, Galvanised Steel
per IS. 3000mm long

g) Earthing for motors 25X3 mm GS flat Mild steel

h) Earthing conductor along outdoor cable 50x6mm MS flat Mild steel


trenches

i) Earthing of Lighting Poles 20 mm dia mild steel rod


3000 mm long
The sizes of the earthing conductor indicated above are the minimum sizes.

6.5. Earthing Conductor Layout

6.5.1. Earthing conductors in outdoor areas shall be buried at least 600 mm below finished ground level
unless stated otherwise.
6.5.2. Wherever earthing conductor crosses cable trenches, underground service ducts, pipes, tunnels,
railway tracks etc., it shall be laid minimum 300 mm below them and shall be circumvented in
case it fouls with equipment/structure foundations.
6.5.3 Tap-connections from the earthing grid to the equipment/structure to be earthed shall be
terminated on the earthing terminals of the equipment/structure as per “Earthing Details”.
(Drawing enclosed).
Earthing conductors or leads along their run on cable trench, ladder, walls etc. shall be supported
____________________________________________________________________________
Section 11 : Switchyard Erection Page 8 of 10
by suitable welding/cleating at intervals of 750 mm. Wherever it passes through walls, floors etc.,
galvanised iron sleeves shall be provided for the passage of the conductor and both ends of the
sleeve shall be sealed to prevent the passage of water through the sleeves.
6.5.4. Earthing conductor around the building shall be buried in earth at a minimum distance of 1500 mm
from the outer boundary of the building. In case high temperature is encountered at some location,
the earthing conductor shall be laid minimum 1500 mm away from such location.
6.5.5. Earthing conductors crossing the road shall be laid 300 mm below road or at greater depth to suit
the site conditions.
6.5.6. Earthing conductor’s embeded in the concrete shall have approximately 50 mm concrete cover.

6.6. Power Cable Earthing

Metallic sheaths and armour of all multi core power cables shall be earthed at both equipment and
swithgear end. Sheath and armour of single core power cables shall be earthed at switchgear end
only.

6.7. Specific Requirement for Earthing Systems

6.7.1 Each earthing lead from the neutral of the power transformer shall be directly connected to two
pipe electrodes in treated earth pit (as per IS) which in turn, shall be buried in Cement Concrete pit
with a cast iron cover hinged to a cast iron frame to have an access to the joints. All accessories
associated with transformer like cooling banks, radiators etc. shall be connected to the earthing
grid at minimum two points.

6.7.2. Earthing terminal of each lightning arrester & capacitor voltage transformer shall be directly
connected to rod earth electrode which in turn, shall be connected to station earthing grid.

6.7.3 Auxiliary earthing mat comprising of 40mm dia M.S. rods closely spaced (300 mm x 300 mm)
conductors shall be provided at depth of 300mm from ground level below the operating handles of
the M.O.M. Box of the isolators. M.O.M. boxes shall be directly connected to the auxiliary
earthing mat.

7.0 Main Bus Bars

The brief description of the bus switching scheme, bus bar layout and equipment connection to be
adopted are indicated elsewhere in the specification. The bus bar arrangements are shown in drgs
enclosed with the bid documents.
7.1. The Contractor shall furnish supporting calculations for the bus bars/conductors to show adequacy
of design parameters for:
a) Fibre-stress
b) Cantilever strength of post insulators
c) Aeolian vibrations)
d) Short circuit forces in bundle conductor and spacer location for
each span of ACSR conductor stringing as per layout drawings.
e) Vertical deflection of bus bars

7.1.1. The welds in the aluminium tubes shall be kept to the minimum and there shall not be more than
one weld per span. The procedure and details of welding shall be subject to Owner’s approval.
Material for welding sleeve shall be same as that of Aluminium tube. Welding sleeve shall be of
600mm length
____________________________________________________________________________
Section 11 : Switchyard Erection Page 9 of 10
7.1.2. Corona bells shall be provided wherever the bus extends beyond the clamps and on free ends, for
sealing the ends of the tubular conductor against rain and moisture and to reduce the electrostatic
discharge loss at the end points. There shall be a small drain hole in the corona bell. The material
of Corona bell shall be Aluminium alloy similar to that of clamps & connectors.
7.1.3. To minimise the vibrations in the aluminium tubes, damping conductor shall be provided inside
the aluminium tubes. For this purpose, the cut pieces of ACSR conductor which otherwise are
considered wastages, shall be used as damping conductor.
7.1.4. Details of past experience of the persons proposed to be employed for Aluminium tube welding
and the test reports of the welded pieces to prove the electrical and mechanical characteristics shall
also be furnished along with the bid. Welding at site shall be done by adopting a qualified
procedure and employing qualified welders as per ASME-Section IX

8.0 CABLING MATERIAL

8.1. CABLE TAGS AND MARKERS

8.1.1. Each cable and conduit run shall be tagged with numbers that appear in the cable and conduit
schedule
8.1.2. The tag shall be of aluminium with the number punched on it and securely attached to the cable
conduit by not less than two turns of 20 SWG GI wire conforming to IS:280. Cable tags shall be of
rectangular shape for power cables and of circular shape for control cables.
8.1.3 Location of cables laid directly underground shall be clearly indicated with cable marker made of
galvanised iron plate.
8.1.4. Location of underground cable joints shall be indicated with cable marker with an additional
inscription “Cable joints”.
8.1.5 The marker shall project 150 mm above ground and shall be spaced at an interval of 30 meters and
at every change in direction. They shall be located on both sides of road and drain crossings.
8.1.6 Cable tags shall be provided on all cables at each end (just before entering the equipment
enclosure), on both sides of a wall or floor crossing, on each duct/conduit entry and at each end &
turning point in cable tray/trench runs. Cable tags shall be provided inside the switchgear, motor
control centres, control and relay panels etc., wherever required for cable identification, where a
number of cables enter together through a gland plate.

8.2 Cable sealing system

Modular multi-diameter cable sealing system consisting of frames, blocks and accessories shall be
installed where the underground and over ground cables enter or leave concrete bay
kiosks/switchyard panel room & control rooms in the substations. Cable sealing system shall
consist of multi-diameter type peel-able blocks of different sizes to suit the various cables. It
should be simple, easy and quick to assemble & re-assemble the cable sealing system. Solid blocks
shall not be used on frames. Frames & stay plate material shall be of galvanized steel and for
compression, single piece wedge with galvanized steel bolts shall be used. 30% spare blocks on
the frame shall be provided for expansion in future. Cable sealing system should have been tested
for fire/water/smoke tightness.

____________________________________________________________________________
Section 11 : Switchyard Erection Page 10 of 10
SECTION-XII

CIVIL WORKS
SECTION : 12

CIVIL WORKS

MODEL TECHNICAL SPECIFICATION FOR CIVIL WORKS OF SUB-STATIONS

1.0 GENERAL TECHNICAL REQUIREMENTS

1.1 SCOPE OF WORK

1.1.1 The scope is to cover design, preparation of general arrangement drawings and working drawings,
supply of materials and construction of all civil, structural and architectural works.

1.1.2 Description of the various sections of work under this specification and detailed scope are given herein
after. The whole work under this scope is referred to as civil works.

1.1.3 The work to be performed under this specification consists of providing all labour, materials, plants,
equipment, temporary works, constructional plant, fuel supplies, transportation and all incidental items
not shown or specified but reasonably implied, or necessary for the proper completion of the work, all
in strict accordance with the specifications and including revisions and amendments there to as may
be required during the execution of the work.

1.1.4 The work under this specification shall consist of but not be limited to items mentioned below: -

(1) GIS room cum Control Room Building, including internal electrification based on the drawings
approved by the owner. The building shall be suitable for taking load of additional floor to be
constructed in future.

(2) Outdoor DG Set based on the drawings approved by the owner.

(3) Pump House for pumping out the storm water of the yard and water from oil pit of transformers
including supplying & installations of pumps/motors of 4.0 KW capacity & electrical fittings of ISI mark
or as approved by engineer in charge for operation of the pump house.

(4) Switchyard fencing in accordance with the approved drawing by the owner.

(5) The civil works shall include civil foundations including pile foundations, if required, for transformer,
towers, lighting cum lightning mast, equipment support structures, road cum rail arrangement
including jack pad etc. as per the requirement for establishment of the sub-station.

(6) Supply and erection of gantry structures, lighting cum, lightning masts and supporting structure for all
the equipments as per material and drawings approved by owner.

(7) Construction of cable trenches including removable precast RCC covers with lifting arrangement,
cable trench road crossings, necessary sumps, cable trays and proper earthing as per approved
drawings/specifications shall be inclusive in the scope of work. 220KV & 66kV outgoing feeders from
GIS building up to the boundary wall of the substation, shall be in buried cable trench. Further details
shall be finalized during detailed engineering..

(8) Soil sterilization and Development of yard

(9) Cement concrete roads and culverts within sub station boundary wall.

(10) Laying of sewers, storm water drains, water supply lines etc. including making connection with the
municipal services after obtaining approval from Municipal Authorities by the contractor.

(11) Any other work required for functional requirement of establishment of the sub-station.

_________________________________________________________________________________
Section 12 : Civil Works Page 1 of 34
(12) Soil investigation.

(13) Making arrangement for construction water, drinking water and toilet facilities with the establishment
of site office.

(14) Construction of septic tank & soak-pit etc. if municipal sewer line does not exist.

(15) Construction of soak pit with sump pit within soak pit and sump well along with pipe drain for
collecting oil/ rain water from soak pits of transformers.

(16) Fire protection wall between transformers if required in accordance with Tariff advisory committee
(TAC) recommendations.

(17) All buildings shall be built as Green Building in line with green building concept of Energy
Conservation cell.

(18) Site surfacing (Gravelling) and anti weed treatment.

(19) Storm water drainage and rain water harvesting.

1.1.5 The scope shall also include carrying out all relevant tests required for the civil works for the project.

1.1.6 The works shall be carried out-according to the design, Structural & Architectural drawings to be
developed by the Contractor and approved by the owner. For all building, structures, foundations etc.
necessary layout and details are to be developed by the Contractor keeping in view the functional
requirement parameters/drawing. Certain minimum requirements are indicated in this specification for
guidance and the bid shall cover complete requirement.

1.1.7 Fairly leveled land shall be handed over to the Contractor by the owner. Finished ground level shall be
the finished formation level furnished by the owner. The layout and levels of all structures etc. shall be
made by the contractor at his own cost from the general grid of the plot and bench marks given by the
owner. The contractor shall give all help including instruments, materials and personnel to the owner
for checking the detailed layout and correctness of the layout and levels. All the quality standards,
fabrication and erection check lists, welding standards and other technical requirements shall be
strictly adhered to by the Contractor.

1.1.8 The work in general, shall be executed as per detailed specifications for the civil works. However, in
case specifications for a particular item are not specified, the same shall be governed as per the latest
Indian Standard specifications/CPWD specifications as per directions of the owner, whose decision
shall be final and binding.

1.1.9 220/33 KV GIS cum CONTROL ROOM BUILDING

a) The buildings shall house 220kV and 33kV Gas Insulated Switchgear (GIS) separately and other
associated equipments inside in the GIS building.
b) The bidder shall submit the design & construction proposal of the building along with necessary
information, data and drawings in the techno- commercial bid according to the complete
requirements.
c) Tentative dimensions of GIS cum CONTROL ROOM building is 60mX15m for 220kV and tentative
dimensions of GIS hall are 20mX10m for 33kV. However, the bidder shall finalize the dimensions
for 220kV and 33kV GIS building according to the equipment offered by them providing enough
space & access for erection & maintenance.

_________________________________________________________________________________
Section 12 : Civil Works Page 2 of 34
2.0 GEOTECHNICAL INVESTIGATION

2.1 GENERAL

The Contractor shall perform a detailed soil investigation to arrive at sufficiently accurate, general as
well as specific information about the soil profile and the necessary soil parameters of the Site in order
that the foundation of the various structures can be designed and constructed safely and rationally.

A report to the effect will be submitted by the Contractor for Purchaser’s specific approval giving
details regarding data proposed to be utilized for civil structures design.

The Contractor may visit the site to ascertain the soil parameters. Any variation in soil data shall not
constitute a valid reason for any additional cost & shall not affect the terms & conditions of the
contract. The test must be conducted under all the critical locations i.e. Control Room Building,
Lighting cum lightening mast, Tower locations, Transformers etc.

2.2 SCOPE OF WORK

This specification covers all the work required for detailed soil investigation and preparation of a
detailed report. The work shall include mobilization of necessary equipment, providing necessary
engineering supervision and technical personnel, skilled and unskilled labour etc. as required to carry
out field investigation as well as, laboratory investigation, analysis and interpretation of data and
results, preparation of detailed Geo-technical report including specific recommendations for the type of
foundations and the allowable safe bearing capacity for different sizes of foundations at different
founding strata for the various structures of the substation. The Contractor shall make his own
arrangement for locating the co-ordinates and various test positions in field as per the information
supplied to him and also for determining the reduced level of these locations with respect to the
benchmark indicated by the Purchaser.

All the work shall be carried out as per latest edition of the corresponding Indian Standard Codes.

2.2.1 Bore Holes

Bore holes of 150 mm diameter in accordance with the provisions of IS: 1892 at the rate of minimum
one number bore hole per hectare up to 10meter depth or to refusal which ever occur earlier shall be
drilled. In any case number of boreholes shall not be less than five. Tests shall be carried out in area
wherever switchyard, building, road and other allied work has to be executed. By refusal it shall mean
that a standard penetration blow count (N) of 100 is recorded for 30 cm penetration. Number of
boreholes may be increased in case soil strata is varying from borehole to borehole in order to have
fair idea of soil profile. In case of deep pile foundations soil investigation is to be carried out up to 25 m
depth from ground level or refusal whichever is earlier. In case rock is encountered, coring in all the
boreholes shall be carried out up to 3 meter in rock.

Performing Standard Penetration Tests at approximately 1.5 m interval in the borehole starting from
1.5 m below ground level onwards and at every change of stratum. The disturbed samples from the
standard penetrometer shall also be collected for necessary tests.

Collecting undisturbed samples of 100/75 mm diameter 450 mm long from the bore holes at intervals
of 2.5 m and every change of stratum starting from 1.0 m below ground level onwards in clayey strata.

The depth of Water Table, if encountered, shall be recorded in each borehole. In case the soil
investigation is carried out in winter/summer, the water table for rainy season shall be collected from
reliable sources and recorded in the report.

All samples, both disturbed and undisturbed, shall be identified properly with the borehole number and
depth from which they have been taken.

The sample shall be sealed at both ends of the sampling tubes with wax immediately after the
sampling and shall be packed properly and transported to the Contractor’s laboratory without any
damage or loss.
_________________________________________________________________________________
Section 12 : Civil Works Page 3 of 34
The logging of the boreholes shall be compiled immediately after the boring is completed and a copy
of the bore log shall be handed over to the Engineer-in-change.

2.2.1.1 Dynamic core penetration test


Dynamic core penetration test of two number shall be carried out with the circulation of betnonite slurry
at specified locations and continuous record of penetration resistance (NG) upto 15m from natural
ground level or the refusal shall be maintained by the contractor. IS: 4968(Part-2) shall be followed for
carrying out the test and reporting results.

The location of test shall be approved by the Engineer-in-charge. On completion of the test, the results
shall be presented as a continuous record as the number of blows required for every 300mm
penetration of the cone into the soil.

2.2.2 Trial Pits

Trial pits shall be carried at specified one location per Hectare as directed by the Purchaser. The trial
pits shall be 2 m x 2 m in size extending to 4 m depths, or as specified by the Owner. Undisturbed
samples shall be taken from the trial pits as per the direction of the Purchaser.

2.2.3 Electrical Resistivity Test

This test shall be conducted to determine the Electrical resistivity of soil required for designing safety-
grounding system for the entire station area. The specifications for the equipments and other
accessories required for performing electrical resistivity test, the test procedure, and reporting of field
observations shall confirm to IS: 3043. The test shall be conducted using Wagner’s four electrode
method as specified in IS: 1892, Appendix-B2. Unless otherwise specified at each test location, the
test shall be conducted along two perpendicular lines parallel to the coordinate axis. On each line a
minimum of 8 to 10 readings shall be taken by changing the spacing of the electrodes from an initial
small value of 0.2 m up to a distance of 50.0 m.

2.2.4 Plate load test

Plate load test shall be conducted to determine the bearing capacity, modulus of sub grade reaction
and load/settlement characteristics of soil at shallow depths by loading a plane and level steel plate
kept at the desired depth and measuring the settlement under different loads, until a desired
settlement takes place or failure occurs. The specification for the equipment and accessories required
for conducting the test, the test procedure, field observations and reporting of results shall conform to
IS: 1888. Modulus of sub grade reaction shall be conducted as per IS: 9214. The location and depth of
the test shall be as given below:

(a) One at Control Room Building location at the proposed foundation depth below finished ground
level for bearing capacity.

Undisturbed tube samples shall be collected at 1.0 m and 2.5m depths from natural ground level for
carrying out laboratory tests.

The size of the pit in plate load test shall not be less than five times the plate size and shall be taken
up to the specified depth. All provisions regarding excavation and visual examination of pit shall apply
here.

Unless otherwise specified the reaction method of loading shall be adopted. Settlement shall be
recorded from dial gauges placed at four diametrically opposite ends of the test plate.

The load shall be increased in stages. Under each loading stage, record of Time vs Settlement shall
be kept as specified in IS: 1888.

Backfilling of the pit shall be carried out as per the directions of the Owner. Unless otherwise specified
the excavated soil shall be used for this purpose. In cases of gravel-boulder or rocky strata, respective
relevant codes shall be followed for tests.
_________________________________________________________________________________
Section 12 : Civil Works Page 4 of 34
2.2.5 Water Sample

Representative samples of ground water shall be taken when ground water is first encountered before
the addition of water to aid drilling of boreholes. The samples shall be of sufficient quantity for
chemical analysis to be carried out and shall be stored in air-tight containers.

2.2.6 Back Filling of Bore Holes

On completion of each hole, the Contractor shall backfill all bore holes as directed by the Owner. The
backfill material can be the excavated material.

2.2.7 Laboratory Test

1. The laboratory tests shall be carried out progressively during the field work after sufficient
numbers of samples have reached the laboratory in order that the test results of the initial bore
holes can be made use of in planning the later stages of the field investigation and quantum of
laboratory tests.

2. All samples brought from field, whether disturbed or undisturbed shall be extracted/ prepared and
examined by competent technical personnel, and the test shall be carried out as per the
procedures laid out in the relevant I.S. Codes.

The following laboratory tests shall be carried out

(a) Visual and Engineering Classification.


(b) Liquid limit, plastic limit and shrinkage limit for C-Ø soils.
(c) Natural moisture content, bulk density and specific gravity.
(d) Grain size distribution.
(e) Swell pressure and free swell index determination.
(f) California bearing ratio.
(g) Consolidated drained test with pore pressure measurement.
(h) Chemical tests on soil and water to determine the carbonates, sulphates, nitrates, chlorides, Ph
value, and organic matter and any other chemical harmful to the concrete foundation.
(i) In case of rock samples following tests shall also be conducted:
i. Rock quality designation (RQD), RMR.
ii. UCC test.
iii. Point load index test.

2.2.8 Test Results and Reports

2.2.8.1 The Contractor shall submit the detailed report in two (2) copies wherein information regarding the
geological detail of the site, summarised observations and test data, bore logs, and conclusions and
recommendations on the type of foundations with supporting calculations for the recommendations.
Initially the contractor shall submit draft report and after the draft report is approved, the final report in
four (4) copies shall be submitted. The test data shall bear the signatures of the Investigation Agency,
Vendor and also site representative of DTL.

2.2.8.2 The report shall include, but not limited to the following :-

(a) A plan showing the locations of the exploration work i.e. bore holes, dynamic cone penetration
tests, trial pits. Plate load test etc.

_________________________________________________________________________________
Section 12 : Civil Works Page 5 of 34
(b) Bore Logs: Bore logs of each bore holes clearly identifying the stratification and the type of soil
stratum with depth. The values of Standard Penetration Test (SPT) at the depths where the tests
were conducted on the samples collected at various depths shall be clearly shown against that
particular stratum.

Test results of field and laboratory tests shall be summarized strata wise as well in combined
tabular form. All relevant graphs, charts tables, diagrams and photographs, if any, shall be
submitted along with report. Sample illustrative reference calculations for settlement, bearing
capacity, pile capacity shall be enclosed.

2.2.8.3 Recommendations :

The report should contain specific recommendations for the type of foundation for the various
structures envisaged at site. The Contractor shall acquaint himself about the type of structures and
their functions from the Owner. The observations and recommendations shall include but not
limited to the following:

(a) Geological formation of the area, past observations or historical data, if available, for the area
and for the structures in the nearby area, fluctuations of water table etc.

(b) Recommended type of foundations for various structures. If piles are recommended the type,
size and capacity of pile and groups of piles shall be given after comparing different types and
sizes of piles and pile groups.

(c) Allowable bearing pressure on the soil at various depths for different sizes of the foundations
based on shear strength and settlement characteristics of soil with supporting calculations.
Minimum factor of safety for calculating net safe bearing capacity shall be taken as 3.0 (three).
Recommendation of liquefaction characteristics of soil shall be provided.

(d) Recommendations regarding slope of excavations and dewatering schemes.

(e) Comments on the Chemical nature of soil and ground water with due regard to deleterious
effects of the same on concrete and steel and recommendations for protective measures.

(f) If expansive soil is met with, recommendations on removal or retainment of the same under the
structure, road, drains, etc. shall be given. In the latter case detailed specification of any special
treatment required including specification or materials to be used, construction method,
equipments to be deployed etc. shall be furnished. Illustrative diagram of a symbolic foundation
showing details shall be furnished.

(g) Recommendations for additional investigations beyond the scope of the present work, if
considered such investigation as necessary.

(h) In case of foundation in rocky strata, type of foundation and recommendation regarding rock
anchoring etc. should also be given.

3 SITE PREPARATION

The owner shall make fairly leveled land available to the contractor. The contractor at his own cost
shall make the layout and levels of all structures etc. from the general grid of the plot and bench set by
the contractor and approved by the owner. The Contractor shall give all help including instruments,
materials and personnel to the Purchaser for checking the detailed layout and shall be solely
responsible for the correctness of the layout and levels.

3.1 SCOPE

This clause covers the design and execution of the work for site preparation, such as, clearing of site,
excavation and compaction of backfill for foundation, road construction, drainage, trenches and final
topping by stone (broken hard stone).

_________________________________________________________________________________
Section 12 : Civil Works Page 6 of 34
3.2 GENERAL

1) The Contractor shall develop the site area to meet the requirement of the intended purpose.

2) If fill material is required, the fill material shall be suitable for the above requirement. The fill shall
be such a material and the site so designed as to prevent the erosion by wind and water of
material from its final compacted position or the in-situ position of undisturbed soil.

3) Material unsuitable for founding of foundations shall be removed and replaced by suitable fill
material and to be approved by the owner.

4) Backfill material around foundations or other works shall be suitable for the purpose for which it is
used and compacted to the density described under Compaction. Excavated material not suitable
or not required for backfill shall be disposed off in areas as directed by engineer in charge upto
authorized MCD dumping yard.

3.3 EXCAVATION AND BACKFILL

1. Excavation and backfill for foundations shall be in accordance with the relevant code.

2. Whenever water table is met during the excavation, it shall be dewatered and water table shall be
maintained below the bottom of the excavation level during excavation, concreting and backfilling.

3. When embankments are to be constructed on slopes of 15% or greater, benches or steps with
horizontal and vertical faces shall be cut in the original slope prior to placement of embankment
material. Vertical faces shall measure not more than 1 m in height.

4. Embankments adjacent to abutments, culverts, retaining walls and similar structures shall be
constructed by compacting the material in successive uniform horizontal layers not exceeding 15
cm in thickness. (Of loose material before compaction). Each layer shall be compacted as
required by means of mechanical tampers approved by the Engineer in charge. Rocks larger than
10 cm in any direction shall not be placed in embankment adjacent to structures.

5. Earth embankments of roadways and site areas adjacent to buildings shall be placed in
successive uniform horizontal layers not exceeding 20 cm in thickness in loose stage meas-
urement and compacted to the full width specified. The upper surface of the embankment shall be
shaped so as to provide complete drainage of surface water at all times.

3.4 COMPACTION

1. The density to which fill materials shall be compacted shall be as per relevant IS and as per
direction of engineer in charge. All compacted sand filling shall be confined as far as practicable.
Backfilled earth shall be compacted to minimum 95% of the Standard Proctor’s density at OMC.
The sub grade for the roads and embankment filling shall be compacted to minimum 95% of the
Standard Proctor’s density at OMC. Cohesion less material sub grade shall be compacted to 70%
relative density (minimum).

2. At all times, unfinished construction shall have adequate drainage. Upon completion of the road’s
surface course, adjacent shoulders shall be given a final shaping, true alignment and grade.

3. Each layer of earth embankment when compacted shall be as close to optimum moisture content
as practicable. Embankment material, which does not contain sufficient moisture to obtain proper
compaction, shall be wetted. If the material contains any excess moisture, then it shall be allowed
to dry before rolling. The rolling shall begin at the edges overlapping half the width of the roller
each time and progress to the center of the road or towards the building as applicable. Rolling will
also be required on rock fills. No compaction shall be carried out in rainy weather.

_________________________________________________________________________________
Section 12 : Civil Works Page 7 of 34
3.5 REQUIREMENT FOR FILL MATERIAL UNDER FOUNDATION

The thickness of fill material under the foundations shall be such that the maximum pressure from the
footing, transferred through the fill material and distributed onto the original undisturbed soil will not
exceed the allowable soil bearing pressure of the original undisturbed soil. For expansive soils the fill
materials and other protections etc. to be used under the foundation is to be got approved by the
owner.

4.0 ANTIWEED TREATMENT & STONE SPREADING

4.1 SCOPE OF WORK

The Contractor shall furnish all labour, equipment and materials required for complete performance of
the work in accordance with the drawings, specification and direction of the owner.

Stone spreading along with cement concrete layer shall be done in the areas of the switchyard under
present scope of work within fenced area including spare base within fenced area.

4.2 GENERAL REQUIREMENT

The material required for site surfacing/stone filling shall be free from all types of organic materials and
shall be of standard quality, and as approved by the owner.

4.2.1 The material to be used for stone filling/site surfacing shall be uncrushed/crushed/broken stone of 20
mm nominal size (ungraded single size) conforming to Table of IS:383 –1970. Hardness, flakiness
shall be as required for wearing courses are given below:

(a) Sieve Analysis limits (Gradation)


(IS: 383)

(b) Hardness

Abrasion value (IS: 2386 Part-IV) – not more than 40%


Impact value (IS: 2366 Part-IV) – not more than 30% and frequency shall be one test per
500 cu.m. with a minimum of one test per source.

(c) Flakiness Index

One test shall be conducted per 500 cu.m. of aggregate as per IS:2386 Part-I and
maximum value is 25%.

4.2.2 After all the structures/equipments are erected, antiweed treatment shall be applied in the switchyard
where ever stone spreading along with cement concrete is to be done and the area shall be
thoroughly de-weeded including removal of roots. The recommendation of local agriculture or
horticulture department may be sought where ever feasible while choosing the type chemical to be
used. The antiweed chemical shall be procured from reputed manufacturers. The doses and
application of chemical shall be strictly done as per manufacturer’s recommendation. Nevertheless
the effectiveness of the chemical shall be demonstrated by the contractor in a test area of 10MX10M
(appx) and shall be sprinkled with water at least once in the afternoon everyday after forty eight hours
of application of chemical. The treated area shall be monitored over a period of two to three weeks for
any growth of weeds by the Engineer-in-charge. The final approval shall be given by Engineer-in-
charge based on the results.

4.2.3 Engineer-in-charge shall decide final formation level so as to ensure that the site appears uniform
devoid of undulations. The final formation level shall however be very close to the formation level
indicated in the approved drawing.

4.2.4 After antiweed treatment is complete, the surface of the switchyard area shall be maintained,
rolled/compacted to the lines and grades as decided by Engineer-in-charge. The sub grade shall be
consolidated by using half ton roller with suitable water sprinkling arrangement to form a smooth and
_________________________________________________________________________________
Section 12 : Civil Works Page 8 of 34
compact surface. The roller shall run over the sub grade till the soil is evenly and densely
consolidated and behaves as an elastic mass.

4.2.5 In areas that are considered by the Engineer-in-Charge to be too congested with foundations and
structures for proper rolling of the site surfacing material by normal rolling equipments, the material
shall be compacted by hand, if necessary. Due care shall be exercised so as not to damage any
foundation structures or equipment during rolling compaction.

4.2.6 The sub grade shall be in moist condition at the time the cement concrete is placed. If necessary, it
should be saturated with water for not less than 6 hours but not exceeding 20 hours before placing of
cement concrete. If it becomes dry prior to the actual placing of cement concrete, it shall be sprinkled
with water and it shall be ensured that no pools of water or soft patches are formed on the surface.

4.2.7 Over the prepared sub grade, 75mm thick base layer of cement concrete in 1:4:8 (1 cement: 4 coarse
sand : 8 stone aggregate 20/40mm nominal size) shall be provided in the area excluding roads,
drains, cable trenches as per detailed engineering drawing. For easy drainage of water, the slope of
1:1000 is to be provided from the ridge to the nearest drain. The ridge shall be suitably located at the
center of the area between the nearest drains.

4.2.8 The scope of work for yard development is inclusive of removal of all vegetation growth i.e. grass,
shrubs, cleaning and uprooting anti –weed treatment, compaction, grading to required slope and final
3 layer of yard treatment as follows :

(i) 75mm thick base layer of cement concrete 1:4:8 (1 cement: 4 coarse sand : 8 stone aggregate
20/40mm nominal size)

(ii) 100mm thick layer of cement concrete 1:3:6 (1 cement: 3 coarse sand : 6 stone aggregate 20mm
nominal size) with 6mm thick asbestos sheet upto full depth for contraction joints. Spacing of joints
shall be approved by the Engineer-in-charge.

(iii) 100mm thick final layer of 20mm stone aggregate nominal size (ungraded single size)

5.0 SITE DRAINAGE

Providing rain water drainage system within the sub –station boundary under the present scope
including connection at one or more points to the outfall point located outside the substation boundary
wall is in the scope of contractor. Invert level of drainage system at outfall point shall be decided in
such a way that the water can easily be discharged outside the substation boundary wall. In case
outfall point is more than 50M away from boundary wall, only 50 meter drain outside the boundary wall
is in the scope of contractor. Outfall point shall be got approved from Engineer- in- charge before
commencement of construction. While designing the drainage system following points shall taken care
of:
(a) The surface of the switchyard shall be sloped to prevent accumulation of water.
(b) Drain shall be constructed on both sides of roads. In the switchyard maximum spacing between two
drains shall not be more than 100 meters. It will be ensured that no area is left undrained.
(c) Open surface trapezoidal drains having 300mm bottom width and sides having slope of 1horizontal:
1.5 vertical with 300mm depth at starting point of drain shall be provided.

(d) Longitudinal slope shall not be less than 1 in 1000.

(e) Open surface drains shall be constructed with minimum100mm thick plain cement concrete 1:2:4 (1
cement : 2 coarse sand: 4 stone aggregate 20mm nominal size). PCC 1:2:4 shall be laid over 75mm
thick layer of PCC 1:4:8 (1cement: 4coarse sand: 8 stone aggregate 20mm nominal size.) Internal
faces of drain are to be smooth and well finished with neat cement punning as final course.
(f) The side wall of the drains shall be 25 mm above the stone level to prevent falling of stone into drain.
Groove of 150 mm width shall be provided at 1500 mm spacing with suitable mild steel grating.
(g) The maximum velocity for pipe drains and open drains shall be limited to 2.4m/sec and 1.8m/sec

_________________________________________________________________________________
Section 12 : Civil Works Page 9 of 34
respectively. However, minimum non-silting velocity of 0.6m/sec shall be ensured.

(h) Pipe drains shall be provided in areas of switchyard where movement of crane will be necessary in
operating phase of the substation.

(i) For pipe drains, concrete pipe of class NP2 shall be used. However, for road crossings etc. higher
strength pipe of class NP3 shall be provided. For rail crossings, RCC pipes of class NP4 shall be
provided. For design of RCC pipes for drains and culverts, IS:456 and IS:783 shall be followed.

(j) Two Nos. of portable pumps of 5 hp capacity for drainage of water shall be provided by the Contractor.

(k) Pipe drains shall be connected through manholes at an interval of maximum 30m.

(l) If the invert level of outfall point is above the last drain point in the substation boundary, sump of
suitable size has to be constructed with in the substation boundary.

(m) The drainage scheme and associated drawings shall be got approved from the engineer in charge
before commencement of construction.

6.0 RAINWATER HARVESTING

(a) In addition to drainage of rainwater in accordance with clause 5.0 above the contractor shall make
arrangement for rainwater harvesting also. Rainwater harvesting shall not be done if the depth of
water table is within 8.0m from finished ground level.

(b) Providing one number recharge structure with bore wells shall do Rainwater harvesting. The recharge
structure shall be suitably located within the sub-station. Branch drains from the main drain carrying
rainwater from entire switchyard, constructed in accordance with clause 5.0, shall be connected to the
recharge structure.

(c) The internal diameter of recharge shafts shall be 4.5 meter with 230mm thick lining of brick work upto
a depth of 2.0 meter from ground level and 345mm thick brickwork below 2.0 meter depth. The
brickwork shall be constructed with cement mortar 1:6 (1cement: 6 coarse sand). The overall depth of
shaft shall be 5.0 meter below invert level of drain. The shaft shall be covered with RCC slab for a live
load of 300 kg. per sqm. Two openings of size 0.7 x 0.7 meter shall be provided in the RCC cover
slab. An iron cover made of 5mm thick chequered plate with hinges shall be provided on the
openings. Galvanized M.S. rungs of 20mm diameter at spacing of 300 mm shall be provided in the
wall of shaft below the opening in the RCC slab to facilitate cleaning of shaft.

(d) A 300 mm diameter bore well shall be drilled in the centre of the shaft. The depth of bore well shall be
5.0 meter more than the depth of sub soil water.

(e) A 100 mm dia medium duty MS pipe conforming to IS:1161 shall be lowered in the bore well keeping
bail plug towards bottom of bore well. The pipe shall have 1.58mm holes for 4.0 meter length starting
from 1.0 meter from bottom of bore well. Holes of 3.0mm diameter shall be provided for a length of
2.0 meter starting from the bottom level of coarse sand and down wards. The overall length of pipe
shall be equal to total depth of bore well plus depth of shaft.

(f) Gravel of size 3mm to 6mm shall be filled around 100 diameter MS pipe in the bore well. The shaft
shall be filled with 500 mm thick layers each from the bottom of shaft with boulders of size 50mm to
150mm, gravel of size 5mm to 10mm, coarse sand having particle size 1.5mm to 2.0mm and boulders
of size not less than 200mm respectively.

Drawing based on above details of recharge structure for rainwater harvesting has to be prepared by
contractor and to be approved from engineer in charge.

7.0 ROADS AND CULVERTS

(a) All the roads within the substation under the present scope is in the scope of contract. Layout of the
roads, General detail & Arrangement drawing for the substation to be prepared by contractor and got
_________________________________________________________________________________
Section 12 : Civil Works Page 10 of 34
approved from engineer in charge. Adequate turning space for vehicles shall be provided and bend
radii shall be set accordingly. Road to the transformer shall be as short and straight as possible. The
top level of roads shall be 300mm above finished formation level of switchyard.

(b) The double lane cement concrete road with minimum reinforcement shall have 7.0m width , 1.6 m
wide 100 mm thick PCC(1:2:4) and earthen shoulder on either side of the road. Other roads shall be
with 3.75 m cement concrete and 1.3 m wide 100 mm thick PCC(1:2:4) and earthen shoulder on either
side of the road. All design and drawings of road shall be got approved from engineer in charge. The
road from main gate upto control room building shall be double lane road and other roads in and
around the substation shall be single lane road.

(c) All roads shall be designed for class “C” traffic as per relevant IRC.

(d) CPWD specification shall be followed for construction of Roads.

(e) All the culverts and allied structures (required for road/rail, drain, trench crossings etc.) shall be
designed for class AA loading as per IRC standard / IS code and should be checked for transformer
loading.

8.0 TRANSFORMER FOUNDATIONS, RAIL TRACK/ ROAD CUM RAIL TRACK

The Contractor shall provide a RCC Rail cum road system integrated with the transformer foundation
to enable installation and the replacement of any failed unit. The transfer track system shall be suitable
to permit the movement of any failed unit fully assembled (including OLTC, bushings) with oil. This
system shall enable the removal of any failed unit from its foundation to the Main road. If trench/drain
crossings are required then suitable R.C.C. culverts shall be provided in accordance with I.R.C.
standard / relevant IS.
The Contractor shall provide a pylon support system for supporting the fire fighting system if provided.
Each transformer including oil conservator tank and cooler banks etc. shall be placed in a self-
sufficient pit surrounded by retaining walls (Pit walls). The clear distance of the retaining wall of the pit
from the transformer shall be 20% of the transformer height or 0.8m whichever is more. The oil
collection pit thus formed shall have a void volume equal to 100% volume of total oil in the
transformer. The minimum height of the retaining walls shall be 20 cm above the finished level of the
ground to avoid outside water pouring inside the pit. The bottom of the pit shall have a uniform slope
towards the sump pit. While designing the oil collection pit, the movement of the transformer must be
taken into account. The soak pits of all transformers shall be connected to a common sump well
through a piping system. The capacity of sump well shall be designed with the consideration of volume
of transformer and rainwater.
The grating shall be made of MS flat of size 50mmx 5mm placed at 30mm center to center and
25mmx5mm MS flat at a spacing of 150mm at right angle to each other. Maximum length of grating
shall be 1500mm and width shall not be more than 500mm. The gratings, supported on ISMB 150mm,
shall be placed at the formation level and will be covered with 100mm thick layer of
broken/crushed/non-crushed stone having size 40mm to 60mm which acts as an extinguisher for
flaming oil.
Each oil collection pit shall be drained towards a sump pit whose role is to drain water and oil due to
leakage within the collection pit so that collection pit remains dry.
8.1 MATERIAL
Complete foundation shall be made of reinforced cement concrete M25 grade and shall be designed
as per guidelines for design of foundations given in relevant clauses in IS codes.
8.2 DRAINAGE

One 5.0 H.P pump of approved make for sump well shall be supplied and installed by the Contractor
to evacuate the fire fighting & rain water from the sump well in to the nearest drain. Pump house with
one door & window to accommodate pump should be constructed.

_________________________________________________________________________________
Section 12 : Civil Works Page 11 of 34
9.0 FIRE PROTECTION WALLS

9.1 GENERAL

Fire protection walls shall be provided, if required, in accordance with Tariff Advisory Committee (TAC)
recommendations.
9.2 MATERIAL

The firewall may be made of reinforced cement concrete (M-25 grade) as per the system requirement.
Materials used must conform to the standards of the national Fire Prevention Association & TAC
Norms.

9.3 FIRE RESISTANCE

The firewall shall have a minimum fire resistance of 4 hours. The partitions, which are made to reduce
the noise level, shall have the same fire resistance. The walls of the building, which are used as
firewalls, shall also have a minimum fire resistance of 4 hours.

The firewall shall be designed to protect against the effect of radiant heat and flying debris from an
adjacent fire.

9.4 DIMENSIONS

The barrier shall extend at least 300 mm above the transformer bushing and pressure relief vent and
length wise 600 mm beyond the transformer including any radiators and tap changer enclosure.

These dimensions might be reduced in special cases, as per the approval of owner where there is lack
of space. A minimum of 2.0 meter clearance shall be provided between the equipments e.g.
Autotransformer and firewalls.

The building walls, which act as firewalls, shall extend at least 1 m above the roof in order to protect it.

The firewall shall be made of reinforced cement concrete (M-25 grade), as per the system
requirements.

9.5 MECHANICAL RESISTANCE

The fire wall shall have the mechanical resistance to withstand local atmosphere conditions. If this
wall shall serve as a support for equipment such as insulators etc, it mechanical rigidity must be
increased.

10.0 CABLE & PIPE TRENCHES

(a) The cable trenches and pre-cast removable RCC covers with angle/channel nosing all around (with
lifting arrangement) shall be constructed using RCC of M25 grade.

(b) The cable trench walls shall be designed for the following loads.

(i) Dead load of 155 kg/m length of cable support + 75 Kg on one tier at the outer edge of tier.

(ii) Earth pressure + uniform surcharge pressure of 2T/m2.

(c) Cable trench covers shall be designed for self-weight of top slab + concentrated load of 150 kg at
center of span on each panel.

(d) Necessary sumps shall be provided and each sump shall be provided with pump of 5 HP capacity.
Cable trenches shall not be used as storm water drains.

_________________________________________________________________________________
Section 12 : Civil Works Page 12 of 34
(e) The top of trenches shall be kept at least 100 mm above the final level of stone layer of yard
development. The top of cable trench shall be such that the surface rainwater does not enter the
trench.

(f) All metal parts inside the trench shall be connected to the earthing system.

(g) Trench wall shall not foul with the foundation. Suitable clear gap shall be provided.

(h) The trench bed shall have a slope of 1/500 along the run & 1/250 perpendicular to the run.

(i) Cable trenches shall be blocked at the ends if required with brick masonry in cement sand mortar 1:6
(1cement:6 fine sand) and plaster with 12mm thick 1:6(1cement:6 fine sand) cement sand mortar.

(j) Cable trench crossing the roads/rails shall be designed for class AA loading of IRC and should be
checked for transformer loading also.

(k) All the construction joints of cable trenches i.e. between base slab to the base slab and the junction of
vertical wall to the base slab as well as from vertical wall to wall and all the expansion joints shall be
provided with approved quality PVC water stops and approximately 230x5mm size for those sections
where the ground water tube is expected to rise above the junction of base slab and vertical wall of
cable trenches.

11.0 FOUNDATION /RCC CONSTRUCTION

11.1 GENERAL

(a) Work covered under this Clause of the Specification comprises the design and construction of
foundations and other RCC constructions for switchyard structures, equipment supports, trenches,
drains, jacking pad, pulling block, control cubicles, bus supports, transformer, marshalling kiosks,
auxiliary equipments, buildings, tanks or for any other equipment or service and any other foundation
required to complete the work. This clause is as well applicable to the other RCC constructions.

(b) Concrete shall conform to the requirements mentioned in IS:456 (latest) and all the tests shall be
conducted as per relevant Indian Standard Codes as mentioned in Standard field quality plan
appended with the specification.

A minimum grade of M25 concrete shall be used for all structural/load bearing members as per latest
IS 456 (latest).

(c) If the site is sloppy, the foundation height will be adjusted to maintain the exact level of the top of
structures to compensate such slopes.

(d) The switchyard foundation’s plinths and building plinths shall be minimum 300mm and 500 mm above
finished ground level respectively.

(e) Minimum 75mm thick lean concrete (1:4:8) shall be provided below all underground structures,
foundations, trenches etc. to provide a base for construction.

(f) Concrete made with Portland slag cement shall be carefully cured and special importance shall be
given during the placing of concrete and removal of shuttering.

(g) The design and detailing of foundations shall be done based on the approved soil data and sub-soil
conditions as well as for all possible critical loads and the combinations thereof. The Spread footings
foundation or pile foundation as may be required based on soil/sub-soil conditions and superimposed
loads shall be provided.

(h) If pile foundations are adopted, the same shall be cast-in-situ driven/bored or pre-cast or under
reamed type as per relevant parts of IS Code 2911. Only RCC piles shall be provided. Suitability of
the adopted pile foundations shall be justified by way of full design calculations. The bidder showing
complete details of piles/pile groups, proposed to be used, shall submit detailed design calculations.
_________________________________________________________________________________
Section 12 : Civil Works Page 13 of 34
The bidder at their cost to establish the piles design capacity shall also carry out necessary initial load
test. Only after the design capacity of piles has been established, the Contractor shall take up the job
of piling. Routine tests for the piles shall also be conducted. All the work (design & testing) shall be
planned in such a way that these shall not cause any delay in project completion.

11.2 DESIGN

(a) All foundation shall be of reinforced cement concrete. The design and construction of RCC
structures shall be carried out as per IS:456 and minimum grade of concrete shall be M-25. Higher
grade of concrete than specified above may be used at the discretion of Contractor without any
additional financial implication to the DTL.

(b) Limit state method of design shall be adopted unless specified otherwise in the specification.

(c) For detailing of reinforcement IS:2502 and SP:34 shall be followed. Cold twisted deformed bars
(Fe=415 N/mm2) conforming to IS:1786 or TMT bars as per CPWD specifications shall be used as
reinforcement. However, in specific areas, mild steel (Grade I)conforming to IS:432 can also be used.
Two layers of reinforcement (on inner and outer face) shall be provided for wall & slab sections having
thickness of 150 mm and above. Clear cover to reinforcement shall be as per IS:456 (latest).

(d) RCC water retaining structures like storage tanks, etc. shall be designed as un cracked section in
accordance with IS:3370 (Part I to IV) by working stress method. However, water channels shall be
designed as cracked section with limited steel stresses as per IS:3370 (Part I to IV) by working stress
method.

(e) The procedure used for the design of the foundations shall be the most critical loading
combination of the steel structure and or equipment and/or superstructure and other conditions which
produces the maximum stresses in the foundation or the foundation component and as per the
relevant IS Codes of foundation design. Detailed design calculations shall be submitted by the bidder
showing complete details of piles/pile groups proposed to be used.

(f) Design shall consider any sub-soil water pressure that may be encountered following relevant
standard strictly.

(g) Necessary protection to the foundation work, if required shall be provided to take care of any
special requirements for aggressive alkaline soil, black cotton soil or any other type of soil which is
detrimental/harmful to the concrete foundations.

(h) RCC columns shall be provided with rigid connection at the base.

(i) All sub-structures shall be checked for sliding and overturning stability during both construction
and operating conditions for various combinations of loads. Factors of safety for these cases shall be
taken as mentioned in relevant IS Codes or as stipulated elsewhere in the Specifications. For checking
against overturning, weight of soil vertically above footing shall be taken and inverted frustum of
pyramid of earth on the foundation should not be considered.

(j) Earth pressure for all underground structures shall be calculated using co-efficient of earth
pressure at rest, co-efficient of active or passive earth pressure (whichever is applicable). However, for
the design of substructures of any underground enclosures, earth pressure at rest shall be considered.

(k) In addition to earth pressure and ground water pressure etc., a surcharge load of 2T/Sq.m shall
also be considered for the design of all underground structures including channels, sumps, tanks,
trenches, substructure of any underground hollow enclosure etc., for the vehicular traffic in the vicinity
of the structure.

(l) Following conditions shall be considered for the design of water tank in pumps house, channels,
sumps, trenches and other underground structures:

_________________________________________________________________________________
Section 12 : Civil Works Page 14 of 34
(1) Full water pressure from inside and no earth pressure & ground water pressure & surcharge
pressure from outside (application only to structures which are liable to be filled up with water or
any other liquid).

(2) Full earth pressure, surcharge pressure and ground water pressure from outside and no water
pressure from inside.

(3) Design shall also be checked against buoyancy due to the ground water during construction and
maintenance stages. Minimum factor of safety of 1.5 against buoyancy shall be ensured ignoring
the superimposed loadings.

(m) Base slab of any underground enclosure shall also be designed for empty condition during
construction and maintenance stages with maximum ground water table (GWT). Minimum factor of
safety of 1.5 against buoyancy shall be ensured ignoring the super-imposed loadings.

(n) Base slab of any underground enclosure like water storage tank shall also be designed for the
condition of different combination of pump sumps being empty during maintenance stages with
maximum GWT. Intermediate dividing piers of such enclosures shall be designed considering water in
one pump sump only and the other pumps sump being empty for maintenance.

(o) The foundations shall be proportioned so that the estimated total and differential movements of
the foundations are not greater than the movements that the structure or equipment is designed to
accommodate.

(p) The foundations of transformer and circuit breaker shall be of block type foundation. Minimum
reinforcement shall be governed by IS: 2974 and IS: 456.

(q) The tower and equipment foundations shall be checked for a factor of safety of 2.2 for normal
condition and 1.65 for short circuit condition against sliding, overturning and pullout. The same factors
shall be used as partial safety factor over loads in limit state design also.

12.0 ADMIXTURES & ADDITIVES

(a) Only approved admixtures shall be used in the concrete for the Works. When more than one
admixture is to be used, each admixture shall be batched in its own batch and added to the mixing
water separately before discharging into the mixer. Admixtures shall be delivered in suitably labeled
containers to enable identification.

(b) Admixtures in concrete shall conform to IS:9103. The water proofing cement additives shall conform to
IS:2645. Concrete Admixtures/ Additives shall be approved by engineer in charge.

(c) The Contractor may propose and the engineer in charge may approve the use of a water-reducing set-
retarding admixture in some of the concrete. The use of such an admixture will not be approved to
overcome problems associated with inadequate concrete plant capacity or improperly planned placing
operations and shall only be approved as an aid to overcoming unusual circumstances and placing
conditions.

(d) The water-reducing set-retarding admixture shall be an approved brand of Ligno-sulphonate type
admixture.

(e) The water proofing cement additives shall be used as required/advised by the engineer in charge.

13.0 STRUCTURES

13.1 GENERAL

The scope of specification covers design, fabrication, proto-assembly, supply and erection of
galvanized steel structures for towers, girders, lightning masts and equipment support structures. All
galvanized steel structure shall be of lattice structure fabricated from structural steel conforming to IS
2062 (latest).
_________________________________________________________________________________
Section 12 : Civil Works Page 15 of 34
It is the intent of the owner to provide structures, which allow interchangeability of equipments at a
later stage. Accordingly equipment support structure shall be provided with the provision of stool.
Stools shall be provided between the equipment and its support structure to match the bus bar height.
The top of stool shall be connected to the equipment and the bottom of the stool shall be connected to
the support structure.

The scope shall include supply and erection of all types of structures including bolts, nuts, washers,
hangers, shackles, clamps anti climbing devices, bird guards, step bolts, inserts in concrete, gusset
plates, equipment mounting bolts, structure earthing bolts, foundation bolts, spring washers, fixing
plates, ground mounted marshalling boxes (AC/DC Marshalling box & equipment control cabinets),
structure mounted marshalling boxes and any other items as required to complete the job.

The connection of all structures to their foundations shall be by base plates and embedded
anchor/foundation bolts. All steel structures and anchor/foundation bolts shall be fully galvanized. The
weight of the zinc coating shall be at least 0.610 kg/m2 for anchor bolts / foundation bolts and for
structural members. One additional nut shall be provided below the base plate which may be used for
the purpose of leveling.

13.2 DESIGN REQUIREMENTS FOR STRUCTURES

(1) For design of steel structures loads such as dead loads, live loads, wind loads etc. shall be based on
IS:875,Parts I to V.

(2) For materials and permissible stresses IS:802,Part-I,Section-2 shall be followed in general. However,
additional requirements given in following paragraphs shall be also considered.
(3) Minimum thickness of galvanized tower member shall be as follows:

Members Minimum thickness


(mm)
Leg members, Ground wire
Peak members/Main members 5

Other members 5

Redundant members 5

(4) Maximum slenderness ratios for leg members, other stressed members and redundant members for
compression force shall be as per IS-802.

(5) Minimum distance from hole center to edge shall be 1.5 x bolt diameter. Minimum distance between
center to center of holes shall be 2.5 x bolt diameter.

(6) The minimum bolt diameter shall be 16 mm.

13.3 STEP BOLTS

In order to facilitate inspection and maintenance, the structures shall be provided with climbing
devices. Each tower shall be provided with step bolts not less than 16mm diameter & 175mm long
spaced not more than 450mm apart, staggered on faces on one leg extending from about 1.0 meters
above ground level to the top of the tower. The step bolt shall conform to IS: 10238. Ladders on
towers with lighting appliances shall be provided with safety guards.

13.4 DESIGN CRITERIA

a) All structures shall be designed for the worst combination of dead loads, live loads, wind loads as
per code IS:875, seismic forces as per code IS:1893 (latest),Importance factor of 1.5, loads due to
deviation of conductor, load due to unbalanced tension in conductor, torsional load due to
unbalanced vertical and horizontal forces, erection loads, short circuit forces including “snatch” in
_________________________________________________________________________________
Section 12 : Civil Works Page 16 of 34
the case of bundled conductors etc. Short circuit forces shall be calculated considering a fault
level of 40.0 kA. IEC-865 may be followed for evaluation of short circuit forces.

b) Switchyard gantry structures shall be designed for the two conditions i.e. normal condition and
short circuit condition. In both conditions the design of all structures shall be based on the
assumption that stringing is done only on one side i.e. all the three (phase) conductors broken on
the other side.

Factor of safety of 2.0 under normal conditions and 1.5 under short circuit condition shall be
considered on all external loads for the design of switchyard structures which are of lattice type.

c) Vertical load of half the span of conductors/string and the earth wires on either side of the beam
shall be taken into account for the purpose of design. Weight of man with tools shall be considered
as 150 kgs. for the design of structures.

d) Terminal/line take off and other gantries shall be designed for a minimum conductor tension of 2
metric tonnes per phase for 220/33kV or as per requirements whichever is higher. The distance
between terminal gantry and dead end tower shall be taken as 100 metres. The design of these
terminal gantries shall also be checked considering +/- 30 deg deviation of conductor in horizontal
planes and plus 30 degree in vertical plane. For other gantries the structural layout requirements
shall be adopted in design.

e) The girders shall be connected with lattice columns by bolted joints.

f) All Pipe support structures if used for supporting equipments shall be designed for the worst
combination of dead loads, erection load. Wind load/seismic forces, short circuit forces and
operating forces acting on the equipment and associated bus bars as per IS:806. The material
specification shall be as per IS:1161 read in conjunction with IS:806.

g) If luminaries are proposed to be fixed on gantries/towers, then the proper loading for the same
shall be considered while designing. Also holes for fixing the brackets for luminaries should be
provided wherever required.

h) Foundation bolts shall be designed for the loads for which the structures are designed.

i) Lighting-cum-lightning Mast shall be 35m in height (32.5m lattice structure plus 2.5m pipe) and
designed for diagonal wind condition. Lightning masts shall be provided with a structural steel
ladder within its base up to a height of 25 meter. The ladder shall be provided with protection
rings. One platform shall be provided at 25.0m height for mounting of lighting fixture. The platform
shall also have protection railing. The details of lighting fixtures would be as per the approved
drawings. High mast with integral motor technology which shall bring down the Light fixture for
ease of maintenance is also acceptable to avoid separate platform at 25.0m height. The bidder
shall maintain the lux level as per NIT and provision of lightning protection of switchyard.

13.5 DESIGN DRAWINGS, BILL OF MATETRIALS AND DOCUMENTS

(1) The Contractor shall furnish design, drawing detail BOMs on basis of BOM as enclosed including shop
manufacturing drawings for every member to the Purchaser after award of the Contract. However,
Contractor shall have to prepare and submit any other drawings, bill of materials (BOM) additionally
required during design and construction stage which the Purchaser feels necessary. In case
Purchaser feels that any design drawing, BOM are to be modified even after its approval, Contractor
shall modify the designs & drawings and resubmit the design drawing, BOM as required in the
specification.

(2) The fabrication drawings to be prepared and furnished by the Contractor shall be based on the design
approved by the Purchaser. These fabrication drawings shall indicate complete details of fabrication
and erection including all erection splicing details and typical fabrication splicing details, lacing details,
weld sizes and lengths. Bolt details and all customary details in accordance with standard structural
engineering practice whether or not given by the owner. The fabrication drawings shall be submitted to
the owner. Proto shall be made only after approval of fabrication drawings.
_________________________________________________________________________________
Section 12 : Civil Works Page 17 of 34
(3) The fabrication work shall start only after the final approval to the Fabrication drawing is accorded by
the owner. The design drawing should indicate not only profile, but section, numbers and sizes of bolts
and details of typical joints.

(4) Such approval shall, however, not relieve the Contractor of his responsibility for the safety of the
structure and good connections and any loss or damage occurring due to defective fabrication, design
or workmanship shall be borne by the Contractor.

13.6 FABRICATION OF STEEL MEMBERS

The fabrication and erection works shall be carried out generally in accordance with IS 802. A
reference however may be made to IS 800 in case of non-stipulation of some particular provision in IS
802. All materials shall be completely shop fabricated and finished with proper connection material and
erection marks for ready assembly in the field.

13.7 PROTO-ASSEMBLY

(1) The component parts shall be assembled in such a manner that they are neither twisted nor otherwise
damaged and shall be so prepared that the specified camber, if any, is provided. In order to minimize
distortion in member the component parts shall be positioned by using the clamps, clips, dogs, jigs
and other suitable means and fasteners (bolts and welds) shall be placed in a balanced pattern. If the
individual components are to be bolted, paralleled and tapered drifts shall be used to align the part so
that the bolts can be accurately positioned.

(2) Sample towers, beams and lighting-cum-lightening masts and equipment support structures shall be
trial assembled in the fabrication shop and shall be inspected and cleared by Contractor based on the
approved fabrication drawing before mass fabrication.

Pursuant to above the B.O.Ms along with proto-corrected fabrication drawings and shop
manufacturing drawings for every member shall be prepared and submitted by the main vendor to
owner as document for information. Such BOM, which shall be duly certified by the main vendor for its
conformity to the approved design, shall be the basis for owner to carry out inspection.

13.8 BOLTING

i) Every bolt shall be provided with a washer under the nut so that no part of the threaded portion of
the bolt is within the thickness of the parts bolted together.

ii) All steel items, bolts, nuts and washers shall be hot dip galvanized.

iii) 2.0% extra nuts and bolts shall be supplied for erection.

13.9 WELDING

The work shall be done as per approved fabrication drawings which clearly indicate various details of
joints to be welded, type of weld, length and size of weld, whether shop or site weld etc. Symbols for
welding on erection and shop drawings shall be according to IS: 813. Efforts shall be made to reduce
site welding so as to avoid improper joints due to constructional difficulties.

13.10 FOUNDATION BOLTS

(1) Foundation bolts for the towers and equipment supporting structures and elsewhere shall be
embedded in first stage concrete while the foundation is cast. The Contractor shall ensure the
proper alignment of these bolts to match the holes in the base plate.

(2) The Contractor shall be responsible for the correct alignment and leveling of all steel work on site
to ensure that the towers/structures are plumb.

(3) All foundation bolts for lattice structure, pipe structure are to be supplied by the Contractor.
_________________________________________________________________________________
Section 12 : Civil Works Page 18 of 34
(4) All foundation bolts shall be fully galvanized so as to achieve 0.61 kg. per Sq.m. of Zinc Coating
as per specifications.

(5) All foundation bolts shall conform to IS 5624 but the material, however shall be MS conforming to
IS: 2062.

13.11 STABILITY OF STRUCTURE

The Supplier shall be responsible for the stability of the structure at all stages of its erection at site and
shall take all necessary measures by the additions of temporary bracings and guying to ensure
adequate resistance to wind and also to loads due to erection equipment and their operations.

13.12 GROUTING

The method of grouting the column bases shall be subject to approval of Purchaser and shall be such
as to ensure a complete uniformity of contact over the whole area of the steel base. The Contractor
will be fully responsible for the grouting operations.

13.13 GALVANISING

(1) All structural steel works and pipe supports shall be galvanized after fabrication.

(2) Zinc required for galvanizing shall have to be arranged by the manufacturer. Purity of zinc to be used
shall be 99.95% as per IS:209.

(3) The Contractor shall be required to make arrangement for frequent inspection by the owner as well as
continuous inspection by a resident representative of the owner, if so desired for fabrication work.

13.14 TOUCH-UP PAINTING

The touch up primers and paints shall consist of Red Oxide / Zinc chromate conforming to the
requirements of IS: 2074 with a pigment to be specified by the owner.

13.15 INSPECTION BEFORE DISPATCH

Each part of the fabricated steel work shall be inspected as per approved quality plans and certified by
the owner or his authorized representative as satisfactory before it is dispatched to the erection site.
Such certification shall not relieve the Contractor of his responsibility regarding adequacy and
completeness of fabrication.

13.16 TEST CERTIFICATE

Copies of all test certificates relating to material procured by the Contractor for the works shall be
forwarded to the owner.

13.17 ERECTION

The Contractor should arrange on his own all plant and equipment, welding set, tools and tackles,
scaffolding, trestles equipments and all other accessories and ancillaries required for carrying out
erection without causing any stresses in the members which may cause deformation and permanent
damage.

13.18 SAFETY PRECAUTIONS

The Contractor shall strictly follow at all stages of fabrication, transportation and erection of steel
structures, raw materials and other tools and tackles, the stipulations contained in Indian Standard
Code for Safety during erection of structural steel work-IS:7205.

All tests mentioned in standard field quality plans have to be carried out and conformity of materials
_________________________________________________________________________________
Section 12 : Civil Works Page 19 of 34
and workmanship shall be ascertained.

14.0 CHAINLINK FENCING AND GATE

14.1 Fencing and gate shall be provided as per details given below:

1. Fencing shall be provided for complete switchyard as per drawing approved by engineer in
charge. Separate gate shall be provided for men and equipment.

2. Internal fence surrounding the various equipments (if) mounted on ground or a height lower than
2.5m. Necessary gates shall be provided for each area so surrounded.

3. Drawing of fencing covering following specifications shall be prepared by contractor and shall got
approved from engineer in charge.

14.2 PRODUCT MATERIALS


The minimum requirements are as follows:

Chain link fence fabric (without galvanization) in accordance to IS: 2721.

1. Size of mesh : 75mm


2. Nominal wire size : 3.15mm diameter
3. Width of chain link : 1500mm
4. Painting : Two or more coats of approved standard
make synthetic enamel paint over a
coat of standard steel primer.
Posts

The posts shall be of medium M.S. tubes of 50mm diameter conforming to grade Yst-22 (Kg/mm2).
The tubes shall also conform to IS : 1161/IS 806. The length of tubular post shall be 2600 mm.

An M.S. base plate of size 160 X 160 X 6mm thick shall be welded with the tubular post. The post
shall be provided on the top with M S plate.

The tubular post shall be welded with 8 number of M S flat of size 50 x 6mm – 75mm long. Two
number of 13.5 mm diameter holes on each cleats shall be provided to bolt the fence fabric panel.
The cleats shall be welded at equal spacing in such a way that 4 numbers of cleats are on one side
and remaining 4 cleats are on the opposite side of the post. The cleats on the corner posts shall be
welded in such a way that it suits the site requirement.

The whole assembly of tubular post shall be hot dip galvanized. The zinc coating shall be minimum
610 gram per sq. meter. The purity of zinc shall be 99.95% as per IS: 209.

Fence Fabric Panel

Chain link fencing shall be fabricated in the form of panel 1300 X 2928 mm. An M.S. flat of at least
50x6 mm size shall be welded all-round fence fabric to form a panel. Four pairs of 13.5mm diameter
holes on the vertical M S flat matching the spacing of holes in cleats fixed with pipe shall be provided
to fix the fence panel with the tubular posts. A washer shall also be provided below each nut. The
contractor, for fixing the panels, shall supply the 12mm diameter bolts including nuts and washers. All
nuts, bolts and washers shall be hot dip galvanized.
The fence panel shall be provided with two or more coats of approved standard synthetic enamel paint
over approved standard steel primer.

Installation
1. Fence shall be installed along the switchyard line.
2. Post holes shall be excavated by approved method.
3. All posts shall be 3.0m apart measured parallel to ground surface.
4. Posts shall be set in 1:1.5:3 Plain Cement Concrete block of minimum 0.60x0.60x1.2m depth.
100mm thick plain cement concrete 1:4:8 shall be provided below concrete blocks. Posts
_________________________________________________________________________________
Section 12 : Civil Works Page 20 of 34
shall be braced and held in plumb position and true alignment and elevation until concrete has
set.
5. Fence fabric shall not be installed until concrete has cured a minimum of 7 days.
6. Fence fabric panel shall be fixed to the post at 4 nos. MS flat each of 50x6, 75 long through 2
nos. of bolts (12 diameter) on each flat.
7. Tow wall of one brick thick over 75mm thick PCC (1:4:8) shall be provided below all fencing
and between fence posts. Tow wall shall be minimum 200mm above and 500mm below
finished ground level. All exposed surface of brick tow wall shall be provided with 1:6 cement
sand plaster (15mm thick) and coated with two coats of cement paint over a coat of cement
primer.
The painting pattern of fence panels shall be decided by Engineer-in- charge. It shall be preferable to
paint the panel in different colour pattern such that it gives better aesthetic look.
Gate
1. The gate shall be made of medium duty M.S. pipe conforming to relevant I.S. with welded
joints. The main frame (outer frame) of the gate shall be made of 65mm dia pipe and vertical
pipes of 40mm dia shall be welded with the main frame. Other details shall be as per
approved drawing.
2. The gates shall be fabricated with welded joints to achieve rigid connections. The gate frames
shall be painted with one coat of approved steel primer and two coats of synthetic enamel
paint.
3. The gates shall be provided with suitable locking arrangement.
4. The main gate shall be 6.0m wide and shall be of double leaf type. Next to the main gate, a
men gate (1.25m wide single leaf) shall also be provided.
5. Two steel rollers in each leaf with rolling MS flat on road shall be provided with the gate.
6. Gate shall be installed in location as per approved drawing.

15.0 BUILDINGS - GENERAL REQUIREMENTS

15.1 GENERAL

The scope includes design, engineering and construction including anti-termite treatment, plinth
protection DPC of Building including sanitary, water supply, electrification etc. of control room building,
GIS Building etc. The buildings shall be of RCC framed structure of concrete of M25 grade (Min.).

The Contractor shall appoint a reputed architect (to be approved by DTL) for design of architecturally
pleasing building.

15.2 AREA REQUIREMENT :-


(A) CONTROL ROOM BUILDING

The position of different floors of rooms are given below:

• Control room FF
• ACDB room GF

• DCDB-cum-battery room GF

• Testing Lab FF
• Conference room FF

• S/Stn. Incharge office FF

Plus attached Toilet

Plus PS room

• Room for engineers FF

• Room for non-executives FF


_________________________________________________________________________________
Section 12 : Civil Works Page 21 of 34
• Lobby FF

• Corridor FF
• Portico GF

• Common toilet FF

(ladies & gents both separate)

• Changing room FF

• Toilet attached to FF

Conference room

• Janitor room FF

• Pantry FF

• Store GF
• GIS room GF

• Relay & Protection panels room GF


(Adjacent to GIS room)

Any future possibility of annexes building shall be taken care of while finalizing the layout of the control

room building.

(B) GIS BUILDING :-


Dimensions of the building shall be decided by the bidder depending upon requirement. Provision for
extension of the building in future shall be made. A corridor having width of 1500 mm shall be
provided all around GIS to facilitate maintenance of equipments. Provision for service bay shall also
be made. Panels shall be kept in an air-conditioned enclosure. This enclosure shall be separated from
main GIS hall by providing glazed partition made of aluminium frame and 5.5 mm thick glass. Cable
cellar room in GIS building shall be provided.

15.2.1 DESIGN

a) The buildings shall be designed :


1. to the requirements of the National Building Code of India, and the standards quoted therein.

2. for the specified climatic & loading conditions.

3. to adequately suit the requirements of the equipment and apparatus contained in the buildings
and in all respects to be compatible with the intended use and occupancy.

4. with a functional and economical space arrangement.

5. for a life expectancy of structure, systems and components not less than that of the equipment
which is contained in the building, provided regular maintenance is carried out.

6. to be aesthetically pleasing. Different buildings shall show a uniformity and consistency in


architectural design.

_________________________________________________________________________________
Section 12 : Civil Works Page 22 of 34
7. to allow for easy access to equipment and maintenance of the equipment.

8. with, wherever required, fire retarding materials for walls, ceilings and doors, which would
prevent supporting or spreading of fire.

9. with materials preventing dust accumulation.

b) Suitable expansion joints shall be provided in the longitudinal direction wherever necessary with

provision of twin columns.

c) Individual members of the buildings frame shall be designed for the worst combination of forces

such as bending moment, axial force, shear force, torsion etc.

d) Permissible stresses for different load combinations shall be taken as per relevant IS Codes.

e) The building lighting shall be designed in accordance with the requirements of relevant section.

f) The building auxiliary services like air conditioning and ventilation systems, fire protection and

detection systems and all other miscellaneous services shall be designed in accordance with the

requirements specified in relevant section or elsewhere in this Specification.

15.2.2 DESIGN LOADS

Building structures shall be designed for the most critical combinations of dead loads, super- imposed

loads, equipment loads, crane load (if any), wind loads and seismic loads.

Dead loads shall include the weight of structures complete with finishes, fixtures and partitions and

should be taken as per IS: 1911.

Super-imposed loads in different areas shall include live loads, minor equipment loads, cable trays,

small pipe racks/hangers and erection, operation and maintenance loads. Equipment loads shall

constitute, if applicable, all load of equipments to be supported on the building frame.

For crane loads an impact factor of 30% and lateral crane surge of 10% (lifted weight + trolley) shall

be considered in the analysis of frame according to provisions of IS: 875. The horizontal surge shall be

5% of the static wheel load.


The wind loads shall be computed as per IS 875 - 1987, Seismic Coefficient method/Response

Spectrum method shall be used for the seismic analysis as per IS 1893 with importance factor 1.5.

Wind and Seismic forces shall not be considered to act simultaneously.


Floors/slabs shall be designed to carry loads imposed by equipment, cables and other loads

associated with building. Floors shall be designed for live loads as per relevant IS. Cable load shall

also be considered additionally for floors where these loads are expected.

In addition, beams shall be designed for any incidental point loads to be applied at any point along the

beams. The floor loads shall be subject to Purchaser’s approval.

_________________________________________________________________________________
Section 12 : Civil Works Page 23 of 34
For consideration of loads on structures, IS: 875 -1987, the following minimum superimposed live

loads shall, however, be considered for the design.

a Roof 1.5 KN/M2 for accessible roofs

0.75 KN/M2 for in-accessible roofs

b RCC-Floor 5 KN/M2 for offices


10 KN/M2(min.) for equipment floors or actual requirement, if

higher than 10 kN/sqm based on equipment

component weightand layout plans.

c Stairs & balconies 5 KN/M2

d Toilet Rooms 2 KN/M2

e Chequered plate floor 4 KN/M2

f Walkways 3 KN/M2

Any additional load coming in the structure shall be calculated as per IS: 875 -1987.

15.2.3 SUBMISSION

The following information shall be submitted for review and approval to the Purchaser:
1. Structural design calculations and drawing (including construction/ fabrication) for all reinforced
concrete and structural steel structures.

2. Fully, dimensioned concept plan including floor plans, cross sections, longitudinal sections,
elevations and perspective view of each building. These drawings shall be drawn at a scale not
smaller than 1:50 and shall identify the major building components.

3. Fully dimensioned drawings showing details and sections drawn to scales of sufficient size to
clearly show sizes and configuration of the building components and the relationship between
them.

4. Product information of building components and materials, including walls partitions flooring
ceiling, roofing, door and windows and building finishes.

5. A detailed schedule of building finishes including colour schemes.

6. A door & window schedule showing door types and locations, door lock sets and latch sets and
other door hardware.

Approval of the above information shall be obtained before ordering materials or starting
fabrication or construction as applicable.

_________________________________________________________________________________
Section 12 : Civil Works Page 24 of 34
15.2.4 FINISH SCHEDULE
The finishing schedule is given in subsequent clauses. Internal walls of GIS hall shall be painted with
two or more coats of plastic emulsion paint (DSR item code 13.92.1). Paints used in the work shall be
of best quality specified in CPWD specification.
15.2.5 FLOORING

Flooring in various rooms of control room building shall be as per detailed schedules given in Table -1.
52mm thick ironite flooring (DSR item code 11.8) shall be provided in GIS hall.

15.2.6 Walls

All the buildings shall be of framed superstructure. All walls shall be non-load bearing walls. Min.
thickness of walls shall be 230 mm (one brick) with 1:6 cement sand mortar.
15.2.7 Plastering

All internal walls shall have minimum 15mm thick 1:6 cement sand plaster. The ceiling shall have 6mm
thick 1:3 cement sand plaster.
15.2.8 External Finishing

External plaster 12mm thick shall be of 1:6 cement sand plaster. External surface of the control room
and GIS building shall be painted with NOVALUX exterior paint as per manufacturer’s specification.
Minimum 20% area in elevation of control room building and GIS building shall be covered with 6mm
thick coloured curtain glazing with powder coated aluminium frame for better aesthetic look in
elevation.
Internal finish Schedule for control room building is given in Table -1 below:
INTERNAL FINISHING SCHEDULE TABLE
Sl. Location Flooring & Wall internal Ceiling Doors, Windows
No. skirting ventilators
150mm high
1. Control Room, Vitrified tiles of Surface of internal walls same as Powder coated
SCADA / approved shade shall be prepared with for Aluminium Indal or
communication & colour over POP putty to maintain internal equivalent extruded
& computer CC flooring as smooth surface and line walls sections as per IS
rooms specified. & levels. The prepared 733 & 1285 Glazing
surface shall be finished Float glass (Min
False ceiling with plastic emulsion 5.5mm thick) double
paint/texture paint or glazing with 12mm
any other high quality gap hermetically
paint of approved colour sealed.
and shade.
2 Sub-Station in Vitrified tiles of Surface of internal walls same as Powder coated
charge, officers, approved shade shall be prepared with for Aluminium extruded
conference & colour over POP putty to maintain internal sections as at 1
library/record, CC flooring as smooth surface and line walls door shutter
corridor, staff, specified. & levels. The prepared Windows,
protection room surface shall be finished Ventilators
False ceiling with plastic emulsion Aluminium as at 1.
paint/texture paint or
any other high quality
paint of approved colour
and shade.
3 Reception/lobby Granite stone Surface of internal walls same as Powder coated
corridor as per approved shall be prepared with for Alum. Extruded
pattern. POP putty to maintain internal Sections frame as

_________________________________________________________________________________
Section 12 : Civil Works Page 25 of 34
smooth surface and line walls at for S.No. 1 i.e. for
& levels. The prepared entrance with
surface shall be finished glazing
with plastic emulsion
paint/texture paint or
any other high quality
paint of approved colour
and shade.
4 Battery Room Acid Resistant DADO acid resistant Acid Steel door 45mm
Tiles 25mm title 2.1M high Acid resistant thick double sheet
thick resistant paint above paint 18G steel suitably
2.1 M upto ceiling reinforced and filled
with mineral wool.
Hotrolled steel
framed glazed
window and
ventilators
5 Electrical Ironite flooring POP with emulsion POP with Steel door double
Room, DG paint or oil bound/ emulsion sheet as above.
Bldg. , platform acrylic distemper paint or Hot rolled steel
oil bound/ framed glazed
acrylic window and
distemper ventilators.
6 Toilet, pantry Vitrified tiles of DADO vitrified tiles upto POP with Provision of water
approved shade ceiling height for toilet emulsion less urinal in toilet.
& colour over and for pantry above paint or Powder coated
CC flooring as working plateform upto oil bound/ Alum. Frame for
specified. 750mm. acrylic pantry doors and
distemper teak wood frame
with flush doors for
toilets.
7 Stair Granite stone -- Waist Teak wood frame
with hand railing slab flush door shutter
of stainless bottom with Anodized
steel or face Aluminium fixtures
decorative finish white best quality
as per approval. wash Windows,
inside ventilators
aluminium as at 1.

Internal finishing of testing lab and changing room shall be as per internal finish schedule table serial
no. 5 and 6 respectively.

15.2.9 ROOF

(a) Roof of the Buildings shall consist of Cast-in-situ RCC slab treated with a water proofing system
which shall be an integral cement based treatment conforming to CPWD specification (item no.
25.8 of DSR 2002). The water proofing treatment shall be of following operations:
(b) Applying and grouting a slurry coat of neat cement using 2.75 kg/m2 of cement admixed with
proprietary water proofing compounds conforming to IS: 2645 over the RCC slab including
cleaning the surface before treatment.
(c) Laying cement concrete using broken bricks/brick bats 25mm to 100mm size with 50% of
cement mortar 1:5 (1 cement : 5 coarse sand) admixed with proprietary water proofing
compound conforming to IS: 2645 over 20mm thick layer of cement mortar of min 1:5 (Cement :
5 coarse sand) admixed with proprietary water proofing compound conforming to IS: 2645 to
required slope and treating similarly the adjoining walls up to 300mm height including rounding
of junctions of walls and slabs.

_________________________________________________________________________________
Section 12 : Civil Works Page 26 of 34
(d) After two days of proper curing applying a second coat of cement slurry admixed with
proprietary water proofing compound conforming to IS: 2645.
(e) Finishing the surface with 20mm thick joint less cement mortar of mix 1:4 (1 cement : 4 course
sand) admixed with proprietary water proofing compound conforming to IS: 2645 and finally
finishing the surface with trowel with neat cement slurry and making of 300 x 300 mm square.
(f) The whole terrace so finished shall be flooded with water for a minimum period of two weeks for
curing and for final test. All above operations to be done in order and as directed and specified
by the Engineer-in-charge.
With average thickness of 120 mm and minimum thickness at khurra at 65 mm.

15.2.10 CABLE TRENCH IN GIS HALL

All cable trenches in GIS hall shall be covered with minimum 6mm thick MS chequered plate with
suitable stiffeners and aluminium painting.

15.2.11 DOORS AND WINDOWS

The details of doors and windows of the control room building shall be as per finish schedule Table-
1 conforming to relevant IS code. Rolling steel shutters and rolling steel grills shall be provided as
per layout and requirement of buildings. Frameless glass (12mm thick) door with glass handle and
locking arrangement shall be provided at the main entrance of control room building and entrance
door of control room. Main entrance door of the control room building shall be double leaf sliding
type. Etching pattern on glass of door shall be got approved.
The main control room door and GIS building entrance door shall be provided with access control
system and entry shall be restricted through access cards.

15.2.12 PARTITION

Partitions, if required, shall be made of anodised aluminum frame provided with 5.5 mm thick etched
glass (as per approved pattern) up to the roof and pre-laminated board up to 600mm above floor.

15.2.13 STAIRCASE

Granite (18mm thick) shall be provided in risers as well as treads. Railing shall be 50mm dia, 14
gauge of stainless steel pipe with stainless steel balusters and 12mm thick toughened glass 600mm
high with etching on both sides of staircase between balusters.

15.2.14 PLUMBING & SANITATION

i. All plumbing and sanitation shall be executed to comply with the requirements of the appropriate
bye-laws, rules and regulations of the Local Authority having jurisdiction over such matters. The
Contractor shall arrange for all necessary formalities to be met in regard to inspection, testing,
obtaining approval and giving notices etc.

ii. PVC “SYNTEX” or equivalent make Roof water tank of adequate capacity depending on the
number of users for 24 hours storage shall be provided. Minimum 2 Nos 1500 litres capacity
shall be provided.

iii. Galvanised MS pipe of medium class conforming to IS: 1239 shall be used for internal &
external piping work for potable water supply.

iv. Sand CI pipes with lead joints conforming to IS: 1729 shall be used for sanitary works above
ground level.
_________________________________________________________________________________
Section 12 : Civil Works Page 27 of 34
v. Each toilet shall have the following minimum fittings.

(a) WC (Western type) 390 mm high with toilet paper roll holder and all fittings in toilets
attached to conference and sub-station in charge office and WC (Indian Type) Orissa
Pattern (580 x 440 mm) with all fittings shall be provided in common toilets.

(b) Urinal (430 x 260 x 350 mm size) with all fittings.

(c) Wash basin (550 x 400 mm) with all fittings.

(d) Bathroom mirror (600 x 450 x 6 mm thick) hard board backing.

(e) CP brass towel rail (600 x 20 mm) with C.P. brass brackets

(f) Soap holder and liquid soap dispenser.

(g) All urinals and washbasins shall be provided with built in sensors to regulate the flow of
water.

vi. Water cooler for drinking water with adequate water storage facility shall be provided and
located near control room and not near toilet block.

vii. 1 no. stainless steel kitchen sink with Drain board (510 x 1040 x 178 mm bowl depth) for pantry
shall be provided.

viii. All fittings, fastener, grating shall be chromium plated.

ix. All sanitary fixtures and fittings shall be of approved quality and type manufactured by well
known manufacturers. All items brought to site must bear identification marks of the type of the
Manufacturer.

x. Soil, waste and drain pipes, for underground works shall be stone ware for areas not subject to
traffic load. Heavy duty cast iron pipes shall be used otherwise.

15.2.15 The Furniture of Godrej/ Rittal/ Pyrotech should be supplied by the contractor for control room
and other rooms for executives & non-executives. The make, size & other details should be
decided during detail engineering.

For 220 kV Substations

Control room table 1 no.


Tables for executives 2 nos.
Tables for non-executives 3 nos.
Chairs 19 nos.
Lockers 16 nos.
Almirah 3 nos.
Conference room equipped with projector & 1 set
screen of latest configuration along with
conference table with chairs for 10 persons

_________________________________________________________________________________
Section 12 : Civil Works Page 28 of 34
15.2.16 a) Control room table: Control room table shall be free standing table top type. The table top of
the control room table shall be arc shaped for mounting monitors, keyboards and printers. It shall
have concealed cable & wire way management system. The top surface of control room table
shall be 30 mm thick with the top 12 mm of acrylic solid surface and the remaining 18 mm of
laminated medium density fibre board. It shall consists of vertical, horizontal and base supports
with their coverings for work surface, keyboard trays, mouse pads, monitors and concealed cable
& wire way management, perforated trays with covers in both horizontal and vertical directions.
Sliding keyboard trays shall be provided on the control room table. The CPU’s shall be located
separately on PC racks. The table shall be arranged in continuous arc shape. The exact profile of
the control room table, dimensions, material, construction details etc. shall be as per the actual
requirement and shall be finalized during detailed engineering.

b) Chairs: Industry standard revolving chairs with wheels and with provision for adjustment of height
(hydraulically/ gas lift) shall be provided for the operators, sub station in-charge and other personal
in control room building. These shall be designed for sitting for long duration such that these are
plate covered with poly-propylene cladding. Arm-rests in one piece shall be of poly-urethane and
twin wheel castor of glass filled nylon. The exact details shall be finished & approved by Employer
during detailed engineering.

c) Tables:
(i) Industry standard Executive & non Executive tables shall be provided & shall be as approved
by Employer during detailed engineering.
(ii) Conference room standard tables shall be provided with acrylic coat for good finish. Details
shall be finalized & approved by Employer during detailed engineering.

d) Lockers: Suitable lockers shall be provided in the control room building for storing of personal
articles of sub station personal. Details shall be finalized and approved by employer during
detailed engineering.

e) Almirah: Steel Almirahs shall be provided for keeping documents in the control room building. The
exact details and location shall be finalized and approved by employer during detailed
engineering.

15.3 INTERNAL ELECTRIFICATION

Electrical wiring shall be through heavy duty consealed conduits. All fixtures and wiring shall be of
best quality and ISI marked. (Fixtures shall be provided as per provision of energy conservation act),
CFL Type.

15.4 All rooms like office, Conference/Library, Control Room, SCADA Room & Reception Lobby of Control
Room Building shall be provided with provisions compatible with telephone, computer etc. as per
approved layout plan during detailed engineering stage.

15.5 Car/scooter shed as per drawing/design as submitted by contractor of size 10X3.5M approx. and
approved by engineer-in-charge with frame of steel pipes etc. and with polycarbonate sheet proofing is
to be provided near control room as per concept layout plan prepared by contractor and approved by
DTL.

16.0 BUILDING STORM WATER DRAINAGE FOR ALL BUILDINGS

The building drain shall be provided for the collection of storm water from the roofs. This water shall be
collected in junction boxes and these boxes shall drain to the main drainage system of the station.
2
PVC with 10kg/cm pressure rain water down comers with water tight joints shall be provided to drain
off the rain water from the roof. These shall be suitably concealed with masonry work of cement
_________________________________________________________________________________
Section 12 : Civil Works Page 29 of 34
concrete or cladding material. The number and size of down comers shall be governed by IS:1742 and
IS:2527.

All drains inside the buildings shall have minimum 40 mm thick grating covers and in areas where
heavy equipment loads would be coming, precast RCC covers shall be provided in place of steel
grating.

For all buildings, suitable arrangement for draining out water collected from equipment blow down,
leakages, floor washings fire fighting etc. shall be provided for each floor.

17.0 SWITCHYARD CIVIL WORKS

17.1 SCOPE

The scope under this item covers all structural and civil works associated with successful erection and
commissioning of station switchyard. The details of scope are as follows. This is only guideline and
shall not be taken as exhaustive.

(1) Design, engineering, fabrication, proto-assembly, supply and erection of galvanized steel structures
for lighting-cum-lightening mast, towers, beams/girders and equipment support structures, Towers,
girders, lighting/lightening mast and equipment support structures shall be lattice type structure
fabricated from structural steel conforming to IS 2062 (latest). All galvanized lattice structures shall
be inclusive of all fixtures such as nuts, bolts, hangers, shackles, clamps, ant I-climbing device,
danger and phase plates, inserts in concrete, foundation bolts, base plates, cap plates, stiffeners,
dampers fixtures, for supporting of operating mechanism boxes, control cabinet and any other item to
complete the job.

(2) Design engineering, fabrication, supply, erection and painting of supports, embedment in cable
trenches, bolts and nuts and any other accessories required to complete the job.

(3) Excavation, dewatering, carriage of excavated earth materials, PCC mud mat piling, casting of
concrete foundations pile caps, backfilling etc.

(4) Design, Engineering, excavation, dewatering, carriage of excavated earth, P.C.C. mudmat,
construction of R.C.C. cable trench and pipe trenches with necessary precast R.C.C. covers with
lifting facilities, sump pit, etc. wherever trenches cross road or rail track the sections below such
crossings shall be designed as per Indian Road Congress or Indian Railway Specification. Drainage of
the trenches shall be suitably designed.

(5) Drainage of the area is also in Bidder's scope. It may be noted that the cable trench should not be
used for drainage purpose.

(6) Drainage of the area in the switchyard is in bidder scope. The drainage water should be
collected in suitable sump and arrangements for pumping out water including the provision of pump
and pump house is in the bidder scope.

(7) Cable trenches / drains should be provided with RCC trench covers with angle iron nosing all
round. Thickness of the trench covers should not be less than 50mm. All trench covers should be
provided with suitable arrangement for lifting.

(8) The cable trenches shall be provided with suitable hangers and cable tray with proper earthing to
support the cables.

(9) All foundations for the switchyard structures shall be designed as per relevant IS:4091 "Code of
practice for design and construction of foundations for transmission line towers and poles" and 13:456
(latest) "Code of practice for plain and reinforced concrete".

(10) The finished level of the Civil Works in the grid sub-station should be fixed in relation to the outside
road(Municipal Road) as under:

_________________________________________________________________________________
Section 12 : Civil Works Page 30 of 34
i) Outside road (Municipal Road) 100.00M
Final finished level after metalling (Reference
Point)
ii) Formation level 100.20M
iii) Yard level 100.35M
iv) Inside roads and top of 100.45M
trenches in yard
v) Equipment foundations 100.50M
vi) plinth level of the control 101.20M
room building

18.0 SUBSTATION BOUNDARY WALL : (Deleted)

19.0 MISCELLANEOUS GENERAL REQUIREMENTS


(1) Dense concrete with controlled water cement ratio as per IS-code shall be used for all underground
concrete structures such as pump-house, tanks, water retaining structures, cable and pipe trenches
etc. for achieving water-tightness.

(2) All joints including and expansion joints for the water retaining structures shall be made water tight by
using PVC ribbed water stops with central bulb. However, kicker type (externally placed) PVC water
stops shall be used for the base slab and in other areas where it is required to facilitate concreting.
The minimum thickness of PVC water stops shall be 5 mm and minimum width shall be 230mm.

(3) All underground water retaining concrete structures shall have water proofing cement additive
conforming to IS:2645 water proofing for walls and base slab of all underground concrete structures
like basements pump houses etc. shall be by "Injection Method".

(4) Bricks having minimum 75 kg/cm2 compressive strength can only be used for masonry work.
Contractor shall ascertain himself at site regarding the availability of bricks of minimum 75kg/cm2
compressive strength before submitting his offer. All brick work shall be designed as per latest Indian
standards and shall be plastered on both faces. All brick walls shall be minimum 230mm thick
(excluding plaster). All RCC ceiling shall be plastered with 6 mm thick plaster.

(5) All roofs shall have heavy duty water proofing with roof insulation and grading under bed which shall
be provided to give an ultimate run off gradient of not less than 1:100 to effectively dispose off the rain
water. The minimum height of RCC parapets on roof shall be 900mm and the thickness shall be
100mm (exclusive of plaster) and plaster shall be provided on both faces.

(6) Rain water down comers shall be concealed either in brick work by encasing in cement concrete or by
any other suitable arrangement with approval of Engineer-in-Charge.

(7) All roofs shall be provided with access through staircase.

(8) All buildings shall have 750mm wide plinth protection all round.

(9) Monorails, Monorail girders and fixtures shall be provided by the Bidder wherever required.

(10) The scope of drainage of surface/storm water drainage shall include layout and construction of drains,
including culverts and connection of drains to the trunk drains including making good the connections
of these plant drains with trunk drains.

(11) The scope of disposal of foul water from toilets shall include layout and laying of all sewers for
sewerage system including all fittings and fixtures ancillary works such as connections manholes
inspection chambers, etc. and disposal thereof to the nearest existing Municipal drain provision of
Septic tank and Soak pit. Manholes shall be provided by the Bidder at all the junctions of sewer lines
with trunk sewerage line.

_________________________________________________________________________________
Section 12 : Civil Works Page 31 of 34
i. All the trenches inside the control room building will be covered with 6mm thick M.S. Chequered plates of
suitable sizes. The walls of the trenches will be provided with suitable angle iron nosing for placement of
the chequered plates. Suitable M.S. iron hangers will be provided in the trenches.

ii. All foundations embedment, inserts, blockouts required for equipments shall be provided by bidder.

iii. 50mm thick DPC shall be provided before laying of masonary.

iv. All steel section and fabricated structures which are required to be transported by sea shall be provided
with anti corrosive paint to take care of sea worthiness.

v. All mild steel parts used in the water retaining structures shall be hot-double dip galvanized. The minimum
coating of the zinc shall be 750 gm/sq. m. for galvanized structures and shall comply with IS:2629 and
IS:2633. Galvanizing shall be checked and tested in accordance with IS:2633. The galvanizing shall be
followed by the application of an etching primer and dipping in black bitumen in accordance with BS:3416.

vi. A screed concrete layer not less than 100 mm thick and of grade not weaker than M10 conforming to
IS:456-2000 shall be provided below all water retaining structures. A sliding layer of bitumen paper or craft
paper shall be provided over the screed layer to destroy the bond between the screed and the base slab
concrete of the water retaining structures.

vii. Doors and windows on external walls of the buildings (other than areas provided, with insulated metal
claddings) shall be provided with RCC sunshade over the openings with 300 mm projection on either side
of the openings. Projection of sunshade from the wall shall be minimum 450 mm over window openings
and 750 mm over door openings.

viii. All stairs shall have maximum riser height of 150 mm and a minimum tread width of 300 mm. Minimum
width of stairs shall be 1500 mm.

ix. Angles 50x50x6 mm (minimum) with lugs shall be provided for edge protection all round cut outs/openings
in floor slab, edges of drains supporting grating covers, edges of RCC cable/pipe trenches supporting
covers, edges of manholes supporting covers, supporting edges of manhole precast cover and any other
place where breakage of corners of concrete is expected.

x. Anti termite chemical treatment shall be given to column pits, wall trenches, foundations of buildings, filling
below the floors etc. as per IS:6313 and other relevant Indian Standards.

xi. Hand-railing minimum 900mm high shall be provided around all floor/roof openings, projections/ balconies,
walk ways, platforms, steel stairs etc. All handrails and ladder pipes shall be 32 mm nominal bore MS
pipes (medium class) and shall be galvanized (medium-class as per IS:277). All rungs for ladder shall also
be galvanized as per IS:277 medium class. For RCC stairs, hand railing with 20 mm square MS bars,
balustrades with suitable MS flats & aluminium handrails shall be provided.

xii. Items/components of buildings not explicitly covered in the specification but required for completion of the
project shall be deemed to be included in the scope.

xiii. Bidders shall submit following documents for the proposed buildings along with the offer:
i) Architectural floor plans, elevations, cross-sections and perspective view in colour of all
buildings. (Bidder shall submit three different schemes).
ii) Blow-up sketch of any typical detail.
iii) Finishing schedules of both material and colour for both internal and external areas.

(12) As per the directions of Govt. of NCT of Delhi, it has been made mandatory to use following recycled
Construction & Demolition waste products as a first choice in all the construction/civil works in the city of Delhi
by Private and Govt. agencies:

List of Recycled C&D Products


(1) Kerb Stone (side of roads)
(2) Paving blocks, interlocking tiles and drain covers (pedestrian areas and gardens).

_________________________________________________________________________________
Section 12 : Civil Works Page 32 of 34
(3) Cold molded bricks (for non load bearing structures such as wall between RCC columns, small to
medium height fencing walls, partition walls without additional load, etc.).
(4) Manufactured sand (4.75 mm to 75 u size) - for non structural purposes.
(5) GSB (Granular Sub Base) and BSB (Brick Sub Base) up to 65mm size for road work especially for
urban roads. For rural roads up to 30% can be from recycled GSB.
(6) Recycled concrete aggregate can be used in all grades of plain Cement Concrete (PCC) for non
structural use.
(7) Recycled aggregates (coarse as well as fine) can be used 100% for lean concrete (less than M15
grade).
(8) Use of soil recovered from mixed C&D for filling purpose (road and embankment making).
Accordingly, it is mandatory to use a minimum of 2% processed/recycled products from C&D waste for
building works and 10% processed/recycled products from C&D waste for road works. Such
processed/recycled C&D waste shall be procured only from the manufacturers who have been authorized for
the purpose either by the Delhi Pollution Control Committee or Urban Local Bodies or other Delhi govt.
agencies.

20.0 INTERFACING
The proper coordination & execution of all interfacing civil works activities like fixing of conduits in
roofs/walls/floors, fixing of foundation bolts, fixing of lighting fixtures, fixing of supports/ embedment,
provision of cut outs etc. shall be the sole responsibility of the Contractor. He shall plan all such
activities in advance and execute in such a manner that interfacing activities do not become
bottlenecks and dismantling, breakage etc. is reduced to minimum.

21.0 WATER SUPPLY


(1) Water and electricity shall be arranged by the contractor at his own cost.

(2) The contractor shall carry out all the plumbing/erection works required for supply of water in control room
building.
(3) The contractor shall carry out all the plumbing/erection works required for supply of water to all switch
yard buildings.
(4) The details of tanks, pipes, fittings, fixtures etc for water supply shall be approved by engineer in charge.
(5) A scheme shall be prepared by the contractor indicating the layout and details of water supply which
shall be got approved by the Purchaser before actual start of work including all other incidental items not
shown or specified but as may be required for complete performance of the works.
(6) Bore wells and pumps for water supply are in the scope of contractor.

22.0 SEWERAGE SYSTEM


(1) Sewerage system shall be provided for control room building cum administrative building.
(2) The Contractor shall construct septic tank and soak pit suitable for 50 users for sub station if the
municipal sewer in the vicinity does not exists. In case municipal sewer line is available in the area, the
connection of sewerage system of switch yard building with municipal sewer shall be in the scope of
bidder.
(3) The system shall be designed as per relevant IS Codes.

23.0 STATUTORY RULES


(1) Contractor shall comply with all the applicable statutory rules pertaining to factories act (as applicable
for the State). Fire Safety Rules of Tariff Advisory Committee. Water Act for pollution control etc.

(2) Provisions for fire proof doors, number of staircases, fire separation wall, plastering on structural
members (in fire prone areas) etc. shall be made according to the recommendations of Tariff Advisory
Committee.

(3) Statutory clearance and norms of State Pollution Control Board shall be followed as per Water Act for
effluent quality from plant.

(4) Requirement of sulphate resistant cement (SRC) for sub structural works shall be decided in
accordance with the Indian Standards based on the findings of the detailed soil investigation to be
carried out by the Bidder.

_________________________________________________________________________________
Section 12 : Civil Works Page 33 of 34
(5) Foundation system adopted by Bidder shall ensure that relative settlement and other criteria shall be
as per provision in IS:1904 and other Indian Standards.

(6) All water retaining structures designed as uncracked section shall also be tested for water tightness at
full water level in accordance with clause no. 10 of IS:3370 (Part-I).
(7) Construction joints shall be as per IS: 456-2000.

(8) All underground concrete structures like basements, pumps houses, water retaining structures etc.
shall have plasticizer cum water proofing cement additive conforming to IS:9103. In addition, limit on
permeability as given in IS:2645 shall also be met with. The concrete surface of these structures in
contact with earth shall also be provided with two coat of bituminous painting for water/damp proofing.
In case of water leakage in the above structures, Injection Method shall be applied for repairing the
leakage.

(9) All building/construction materials shall conform to the best quality specified in CPWD specifications if
not otherwise mentioned in this specification.

(10) All tests as required in the standard field quality plans have to be carried out.

(11) The type and treatment of all foundation shall be as per recommendation of geo-technical
investigation reports.

24.0 FIELD QUALITY PLAN FOR CIVIL WORKS

The field quality plan for all civil works shall be in accordance with CPWD specification and other
relevant Indian Standard Codes. All quality checks and procedures shall be followed as per relevant
CPWD norms.

_________________________________________________________________________________
Section 12 : Civil Works Page 34 of 34
SECTION-XIII

SUBSTATION AUTOMATION
SECTION : 13

SUBSTATION AUTOMATION SYSTEM


1.0 GENERAL
1.1 The substation automation system shall be offered from a manufacturer who must have designed,
manufactured, tested, installed and commissioned substation automation system which must be in
satisfactory operation on 220 kV system or higher for at least 2 (Two) nos. of similar substation
automation system for 2 (two) years as on the date of bid opening.

1.2 The Substation Automation System (SAS) shall be installed to control and monitor all the sub-
station equipment from local control center (ALDC)
The SAS shall contain the following main functional parts:
 Bay control Intelligence Electronic Devices (IEDs) for control and monitoring.
 Station Human Machine Interface (HMI)
 Redundant managed switched Ethernet Local Area Network communication infrastructure with
hot standby.
 Gateway for remote control via industrial grade hardware (to RCC) through IEC 60870-5-101
with EMC to suit Substation Automation Environment.
 Gateway for remote supervisory control (to ALDC), the gateway should be able to
communicate with ALDC on IEC 60870-5-101 protocol. The specific protocol to be
implemented shall be handed over to successful bidder. It shall be the bidder's responsibility
to integrate his offered system with existing ALDC system for exchange of desired data. The
exact IO point shall be decided during detailed engineering. Communication with RCC/ALDC
shall be on 60870-104 system with redundancy provision.
 Remote HMI
 Peripheral equipment like printers, display units, key boards, Mouse etc.
 Bay protection Intelligent Electronic Devices (IEDs) for protection compliant to IEC 61850.
 Integrated switches (built-in bay IEDs) are not acceptable. All the IEDs shall be directly
connected to the Ethernet Interbay LAN without use of any gateways. The use of Ethernet
hubs shall not be permitted.

1.3 It shall enable local station control via a PC by means of human machine interface (HMI) and
control software package, which shall contain an extensive range of supervisory control and data
acquisition (SCADA) functions.

1.4 It shall include communication gateway, intelligent electronic devices (IED) for bay control and inter
IED communication infrastructure. An architecture drawing for SAS is enclosed at Annexure-A.

1.5 The communication gateway shall facilitate the information flow with remote control centers. The
bay level intelligent electronic devices (IED) for protection and control shall provide the direct
connection to the switchgear without the need of interposing components and perform control,
protection, and monitoring functions.

1.6 The bidder shall ensure that proposed automation system is compatible with the existing SCADA in
DTL established under unified scheme. The bidder will quote equipment for the SCADA and
auxiliary power supplies and associated fiber optic communication system, for transfer of the
SCADA data of the station to ALDC, SLDC and NRLDC.

The bidder shall supply the hard copies and soft copies of complete technical literature describing
equipment principle design concepts and design specifications, cable schedule, operation and
maintenance manual, source code for software maintenance.
The vendor shall also arrange training to DTL engineers in attending emergencies, repairs and
maintenance, etc.

Layout details of Automation equipment has been considered to be as follows:

Bay level intelligent electronic devices (IED) for protection and control shall be provided near each
bay. Each IED will be directly connected to the Hot- standby Server PC of the Station Automation
system (SAS) through a dual managed Ethernet LAN on fiber optic medium and shall
communicate as per the IEC-61850 standard. The SAS shall be equipped with gateway for remote
communication as detailed further in the specification. SCADA details will be communicated to
nearest ALDC via adjoining sub stations and signal will be carried by optic fibre either OPGW for
transmission line or optic fibre cable laid in the ground alongwith 220 kV under ground XLPE cable.
The Contractor will make arrangement for supplying terminal equipment required for
______________________________________________________________________________
Section 13 : Substation Automation System Page 1 of 29
communication & for converting optic fibre signals into PLCC in case of requirement. The existing
communication system works on IEC-60870 protocol and the inter operability document is
enclosed in Annexure-II.

The communication protocol of data concentrator must conform to existing communication


protocol. Besides the Data Concentrator must support the following:-
• The Data Concentrator must be equipped with two Modems.
• The Data Concentrator shall be capable of accepting single point/double point information
indication signals.
• The Data Concentrator will also accept telemeasuring signals under the form of DC.
• Data Concentrator will support single point/double point digital controls.
• The Data Concentrator must be capable of time tagging the status changes with a 10 ms
resolution.
Communication with RCC/ALDC shall be on 104 system with redundancy provision.

The complete network should be as below:


All 220kV, 66kV, 33kV, LT system and Auxiliary system will be interfaced for control and monitoring
in Local HMI system with redundancy along with the engineering work station for configuration
purpose. The Local HMI will report to Delhi SLDC for monitoring purpose. There shall be a Remote
HMI which will be configured exactly to the Local HMIs for control and monitoring so that the
Substation can be unmanned and controlled from Remote Sub Station.
Both the Delhi SLDC and Remote Sub Stations shall be communicated with this substation through
communication ring.
However, Contractor shall be responsible for commissioning of RHMI at remote substation and
data availability at Delhi SLDC.

1.7 Tele-control plan for 220kV, 66kV and 33 kV level is given below. Following information is required
to be communicated to ALDC/SLDC.
220KV Level

Tele- inf. 220 kV level


MW All feeders, Power Trfs(220/33 kV, 220/66 kV)
MVAR All feeders, Power Trfs.(220/33kV, 220/66 kV)
MWH(units) All feeders, Power Trfs.(220/33kV, 220/66 kV )
MVARH(units) All feeders, Power Trfs.(220/33kV, 220/66 kV )
Voltage (kV) 1 measured per main bus limited to two only
Freq. (Hz.) 1 measured per sub-station
T- Taps All 220/33kV & 220/66 kV Power Transformers.
Current (Amps) All feeders, Power Transformers (220/33kV, 220/66kV), Bus-
Coupler.
Wdg. Temperature For all Transformers
Oil Temp. For all Transformers
Status
CB- Double status All feeders, Power Trfs., Bus Coupler, Bus Sections and
information. Transfer Bus Coupler.
ISO- single status All Bus, line and Transfer Bus isolators
information.
Control All feeders

66 kV level

Tele- inf. 66 kV level


MW All feeders, Incomers and Bus Coupler.
MVAR All feeders, Incomers and Bus Coupler.
MWH(units) All feeders, Incomers and Bus Coupler.
MVARH(units) All feeders, Incomers
Voltage (kV) 1 measured per main bus limited to two only
Freq. (Hz.) 1 measured per sub-station.
2 measured per Generating station.
T- Taps NIL
Current (Amps) All feeders, Incomers and Bus Coupler.
Wdg. Temp. --
Oil Temp. --
______________________________________________________________________________
Section 13 : Substation Automation System Page 2 of 29
Status
CB- Double status All feeders, Incomers and Bus Coupler
information.
ISO- single status All Bus and line isolators
information.
Control For all Feeders excluding transformers

33 kV level

Tele- inf. 33 kV level


MW All feeders, Incomers and Bus Coupler.
MVAR All feeders, Incomers and Bus Coupler.
MWH(units) All feeders, Incomers and Bus Coupler.
MVARH(units) All feeders, Incomers
Voltage (kV) 1 measured per main bus limited to two only
Freq. (Hz.) 1 measured per sub-station.
2 measured per Generating station.
T- Taps NIL

Current (Amps) All feeders, Incomers and Bus Coupler.


Wdg. Temp. --
Oil Temp. --
Status
CB- Double status information. All feeders, Incomers and Bus Coupler
ISO- single status information. All Bus and line isolators
Control For all Feeders excluding transformers

1.8 Following equipments shall match/support the existing SCADA system:-

1. RTU Panel* 1 No.


Depending upon the requirement of the scheme,
2. SIC Panel* no. of bays in the S/Stn.

3. Communication system requirement:-


OLTE, Multiplexes, OPG cable, etc. as per
i. Fiber Optical System
communication scheme being adopted.
4. Cables For:-
i. C.T. Connection 10x2.5 sq.mm.
ii. P.T. Connection 4x2.5 sq.mm.
Digital input for breaker and
iii. 12x.34 sq.mm.
isolators
2 NO/NC
5. For each isolators Auxiliary Each contact rating 5 Amps.
contacts.
4 NO/NC
6. For each breakers Auxiliary Each contact rating 5 Amps.
contacts.
* RTU /SIC is not envisaged in bidder’s scope. Suitable gateway and other provision as
per NIT Section:14 shall be in Bidder’s scope.

2.0 SYSTEM DESIGN


2.1 General system design
The Substation Automation System (SAS) shall be suitable for operation and monitoring of
the complete substation including future extensions.

The systems shall be of the state-of-the art suitable for operation under electrical
environment present in Extra high voltage substations, follow the latest engineering
practice, ensure long-term compatibility requirements and continuity of equipment supply
and the safety of the operating staff.

The offered SAS shall support remote control and monitoring from Remote Control centers
via gateways.

The system shall be designed such that personnel without any background knowledge in
Microprocessor-based technology are able to operate the system. The operator interface
shall be intuitive such that operating personnel shall be able to operate the system easily
after having received some basic training.

______________________________________________________________________________
Section 13 : Substation Automation System Page 3 of 29
The system shall incorporate the control, monitoring and protection functions specified,
self-monitoring, signaling and testing facilities, measuring as well as memory functions,
event recording and evaluation of disturbance records.

Maintenance, modification or extension of components may not cause a shutdown of the


whole substation automation system. Self-monitoring of components, modules and
communication shall be incorporated to increase the availability and the reliability of the
equipment and minimize maintenance.

Bidder shall offer the bay mimic along with relay and protection panels and (described in
other sections of technical specifications) housed in air-conditioned Kiosks suitably located
in Station HMI in Control Room building for overall optimization in respect of cabling and
control room building.

2.2 System architecture


The SAS shall be based on a decentralized architecture and on a concept of bay-oriented,
distributed intelligence.

Functions shall be decentralized, object-oriented and located as close as possible to the


process.The main process information of the station shall be stored in distributed
databases. The typical SAS architecture shall be structured in two levels, i.e. in a station
and a bay level.

At bay level, the IEDs shall provide all bay level functions regarding control, monitoring
and protection, inputs for status indication and outputs for commands. The IEDs should be
directly connected to the switchgear without any need for additional interposition or
transducers.

Each bay control IED shall be independent from each other and its functioning shall not be
affected by any fault occurring in any of the other bay control units of the station.

The data exchange between the electronic devices on bay and station level shall take
place via the communication infrastructure. This shall be realized using fiber-optic cables,
thereby guaranteeing disturbance free communication. The fiber optic cables shall be run
in G.I. conduit pipes. Data exchange is to be realised using IEC 61850 protocol with a
redundant managed switched Ethernet communication infrastructure.

The communication shall be made in 1+1 mode, excluding the links between individual
bay IEDs to switch, such that failure of one set of fiber shall not affect the normal operation
of the SAS. However it shall be alarmed in SAS. Each fiber optic cable shall have four (4)
spare fibers.

At station level, the entire station shall be controlled and supervised from the station HMI.
It shall also be possible to control and monitor the bay from the bay level equipment at all
times.

Clear control priorities shall prevent operation of a single switch at the same time from
more than one of the various control levels, i.e. RCC, station HMI, bay level or apparatus
level. The priority shall always be on the lowest enabled control level.

The station level contains the station-oriented functions, which cannot be realised at bay
level, e.g. alarm list or event list related to the entire substation, gateway for the
communication with remote control centers.

The GPS time synchronizing signal (as specified in the section relay & protection) as per
IEC 61850 Standard SNTP (Simple Network Time Protocol) for the synchronization of the
entire system shall be provided.
The SAS shall contain the functional parts as described in Para 1.2 above.

2.3 FUNCTIONAL REQUIREMENTS


The high-voltage apparatus within the station shall be operated from different places:
 Remote control centers
 Station HMI.
 Local Bay controller IED (in the bays)
______________________________________________________________________________
Section 13 : Substation Automation System Page 4 of 29
Operation shall be possible by only one operator at a time.

The operation shall depend on the conditions of other functions, such as interlocking,
synchrocheck, etc. (See description in “Bay level control functions").

2.3.1 Select-before-execute
For security reasons the command is always to be given in two stages: selection of the
object and command for operation under all mode of operation except emergency
operation. Final execution shall take place only when selection and command are
actuated.

2.3.2 Command supervision

Bay/station interlocking and blocking

Software Interlocking is to be provided to ensure that inadvertent incorrect operation of


switchgear causing damage and accidents in case of false operation does not take place.

In addition to software interlocking hardwired interlocking are to be provided for Bus Earth
switch Interlocking.

It shall be a simple layout, easy to test and simple to handle when upgrading the station
with future bays. For software interlocking the bidder shall describe the scenario while an
IED of another bay is switched off or fails.
A software interlock override function shall be provided which can be enabled to bypass
the interlocking function.

2.3.3 Run Time Command cancellation


Command execution timer (configurable) must be available for each control level
connection. If the control action is not completed within a specified time, the command
should get cancelled.

2.3.4 Self-supervision
Continuous self-supervision function with self-diagnostic feature shall be included.

2.3.5 User configuration


The monitoring, controlling and configuration of all input and output logical signals and
binary inputs and relay outputs for all built-in functions and signals shall be possible both
locally and remotely.

It shall also be possible to interconnect and derive input and output signals, logic
functions, using built-in functions, complex voltage and currents, additional logics (AND-
gates, OR gates and timers). (Multi activation of these additional functions should be
possible).

The Functional requirement shall be divided into following levels:

a. Bay (a bay comprises of one circuit breaker and associated disconnector,


earth switches and instrument transformer) Level Functions
b. System Level Functions

3.1 Bay level functions


In a decentralized architecture the functionality shall be as close to the process as
possible. In this respect, the following functions can be allocated at bay level:

• Bay control functions including data collection functionality.


• Bay protection functions

Separate IEDs shall be provided for bay control function and bay protection function.

3.1.1. Bay control functions


3.1.1.1. Overview
Functions
 Control mode selection
______________________________________________________________________________
Section 13 : Substation Automation System Page 5 of 29
 Select-before-execute principle
 Command supervision:
• Interlocking and blocking
• Double command
 Synchrocheck, voltage selection
 Run Time Command cancellation
 Transformer tap changer control (for power transformer bays)
 Operation counters for circuit breakers and pumps
 Hydraulic pump/ Air compressor control and runtime supervision
 Operating pressure supervision
 Display of interlocking and blocking
 Breaker position indication per phase
 Alarm annunciation
 Measurement display
 Local HMI (local guided, emergency mode) to display the single line diagram,
status information, alarms and disturbances etc. with password protected access.
 Interface to the station HMI.
 Data storage for at least 200 events
 Extension possibilities with additional I/0's inside the unit or via fibre optic
communication and process bus
 All the IEDs must be fully IEC 61850 compliant and shall be directly connected to
the Ethernet Interbay LAN without use of any gateways

3.1.1.2. Control mode selection

Bay level Operation


As soon as the operator receives the operation access at bay level the operation is
normally performed via bay control IED. During normal operation bay control unit allows
the safe operation of all switching devices via the bay control IED.

EMERGENCY Operation
It shall be possible to close or open the selected Circuit Breaker with ON or OFF push
buttons even during the outage of bay IED.

REMOTE mode
Control authority in this mode is given to a higher level (Remote Control Centre) and the
installation can be controlled only remotely. Control operation from lower levels shall not
be possible in this operating mode.

3.1.1.3. Synchronism and energizing check

The synchronism and energizing check functions shall be bay-oriented and distributed to
the bay control and/or protection devices. These features are:

 Settable voltage, phase angle, and frequency difference.

 Energizing for dead line - live bus, live line - dead bus or dead line dead bus with no
synchro-check function.

 Synchronising between live line and live bus with synchro-check function

Voltage selection

The voltages relevant for the Synchrocheck functions are dependent on the station
topology, i.e. on the positions of the circuit breakers and/or the isolators. The correct
voltage for synchronizing and energizing is derived from the auxiliary switches of the
circuit breakers, the isolator, and earthing switch and shall be selected automatically by
the bay control and protection IEDs.

3.1.1.4 Transformer tap changer control

Raise and lower operation of OLTC taps of transformer shall be facilitated through Bay
controller IED.

______________________________________________________________________________
Section 13 : Substation Automation System Page 6 of 29
3.1.2. Bay protection functions

3.1.2.1 General

The protection functions are independent of bay control function. The protection shall be
provided by separate protection IEDs (numerical relays) and other protection devices as
per section Relay & Protection.

IEDs, shall be connected to the communication infrastructure for data sharing and meet
the real-time communication requirements for automatic functions. The data presentation
and the configuration of the various IEDs shall be compatible with the overall system
communication and data exchange requirements.

Event and disturbance recording function

Each IED should contain an event recorder capable of storing at least 200 time-tagged
events. This shall give alarm if 70% memory is full. The disturbance recorder function shall
be as per detailed in section Relay and Protection.

3.2. System level functions

3.2.1. Status supervision

The position of each switchgear, e.g. circuit breaker, isolator, earthing switch, transformer
tap changer etc., shall be supervised continuously. Every detected change of position shall
be immediately displayed in the single-line diagram on the station HMI screen, recorded in
the event list and a hard copy printout shall be produced. Alarms shall be initiated in the
case of spontaneous position changes.

The switchgear positions shall be indicated by two auxiliary switches, normally closed
(NC) and normally open (NO), which shall give ambivalent signals. An alarm shall be
initiated if these position indications are inconsistent or if the time required for operating
mechanism to change position exceeds a predefined limit.

The SAS shall also monitor the status of sub-station auxiliaries. The status and control of
auxiliaries shall be done through separate one or more IED and all alarm and analogue
values shall be monitored and recoded through this IED.

3.2.2. Measurements

Analogue inputs for voltage and current measurements shall be connected directly to the
voltage transformers (VT) and the current transformers (CT) without intermediate
transducers. The values of active power (W), reactive power (VAR), frequency (Hz), and
the rms values for voltage (U) and current (I) shall be calculated.

The measured values shall be displayed locally on the station HMI and in the control
centre. The abnormal values must be discarded. The analogue values shall be updated
every 2 seconds.

Threshold limit values shall be selectable for alarm indications.

3.2.3. Event and Alarm Handling

Events and alarms are generated either by the switchgear, by the control IEDs, or by the
station level unit. They shall be recorded in an event list in the station HMI. Alarms shall be
recorded in a separate alarm list and appear on the screen. All, or a freely selectable
group of events and alarms shall also be printed out on an event printer. The alarms and
events shall be time-tagged with a time resolution of 1 ms.

3.2.4. Station HMI

3.2.4.1. Substation HMI Operation:

On the HMI the object has to be selected first. In case of a blocking or interlocking
conditions are not met, the selection shall not be possible and an appropriate alarm
______________________________________________________________________________
Section 13 : Substation Automation System Page 7 of 29
annunciation shall occur. If a selection is valid the position indication will show the possible
direction, and the appropriate control execution button shall be pressed in order to close or
open the corresponding object.

Control operation from other places (e.g. REMOTE) shall not be possible in this operating
mode.

3.2.4.2. Presentation and Dialogues

General

The operator station HMI shall be a redundant with hot standby and shall provide basic
functions for supervision and control of the substation. The operator shall give commands
to the switchgear on the screen via mouse clicks or keyboard commands.

The HMI shall give the operator access to alarms and events displayed on the screen.
Aside from these lists on the screen, there shall be a printout of alarms or events in an
event log.

An acoustic alarm shall indicate abnormalities, and all unacknowledged alarms shall be
accessible from any screen selected by the operator.

The following standard pictures shall be available from the HMI:

 Single-line diagram showing the switchgear status and measured values

 Control dialogues with interlocking and blocking details. This control dialogue shall tell
the operator whether the device operation is permitted or blocked.

 Measurement dialogues

 Alarm list, station / bay-oriented

 Event list, station / bay-oriented

 System status

3.2.4.3. HMI Design Principles

Consistent design principles shall be adopted with the HMI concerning labels, colours,
dialogues and fonts. Non-valid selections shall be dimmed out.
The object status shall be indicated using different status colours for:

 Selected object under command

 Selected on the screen

 Not updated, obsolete values, not in use or not sampled

 Alarm or faulty state

 Warning or blocked

 Update blocked or manually updated

 Control blocked

 Normal state

3.2.4.4. Process Status Displays and Command Procedures

The process status of the substation in terms of actual values of currents, voltages,
frequency, active and reactive powers as well as the positions of circuit breakers, isolators
and transformer tap-changers shall be displayed in the station single-line diagram.

______________________________________________________________________________
Section 13 : Substation Automation System Page 8 of 29
In order to ensure a high degree of security against undesired operation, a "select-before-
execute" command procedure shall be provided. After the "selection" of a switch, the
operator shall be able to recognize the selected device on the screen, and all other
switchgear shall be blocked. As communication between control centre and device to be
controlled is established, the operator shall be prompted to confirm the control action and
only then final execute command shall be accepted. After the "execution" of the command
the operated switching symbol shall flash until the switch has reached its new position.

The operator shall be in a position to execute a command only, if the switch is not blocked
and if no interlocking condition is going to be violated. The interlocking statements shall be
checked by the interlocking scheme implemented at bay and station level.

After command execution the operator shall receive a confirmation that the new switching
position has been reached or an indication that the switching procedure was unsuccessful
with the indication of the reason for non-functioning.

3.2.4.5. System Supervision & Display

The SAS system shall be comprehensively self-monitored such that faults are immediately
indicated to the operator, possibly before they develop into serious situations. Such faults
are recorded as a faulty status in a system supervision display. This display shall cover the
status of the entire substation including all switchgear, IEDs, communication infrastructure
and remote communication links, and printers at the station level, etc.

3.2.4.6. Event List

The event list shall contain events that are important for the control and monitoring of the
substation.
The event and associated time (with 1 ms resolution) of its occurrence has to be displayed
for each event.

The operator shall be able to call up the chronological event list on the monitor at any time
for the whole substation or sections of it.

A printout of each display shall be possible on the hard copy printer.

The events shall be registered in a chronological event list in which the type of event and
its time of occurrence are specified. It shall be possible to store all events in the computer
for at least one month. The information shall be obtainable also from a printed event log.

The chronological event list shall contain:

 Position changes of circuit breakers, isolators and earthing devices

 Indication of protective relay operations

 Fault signals from the switchgear

 Indication when analogue measured values exceed upper and lower limits. Suitable
provision shall be made in the system to define two level of alarm on either side of the
value or which shall be user defined for each measurand.

 Loss of communication.
Filters for selection of a certain type or group of events shall be available. The filters
shall be designed to enable viewing of events grouped per:

 Date and time

 Bay

 Device

 Function e.g. trips, protection operations etc.

 Alarm class
______________________________________________________________________________
Section 13 : Substation Automation System Page 9 of 29
3.2.4.7. Alarm List

Faults and errors occurring in the substation shall be listed in an alarm list and shall be
immediately transmitted to the control centre. The alarm list shall substitute a conventional
alarm tableau, and shall constitute an evaluation of all station alarms. It shall contain
unacknowledged alarms and persisting faults. The date and time of occurrence shall be
indicated. The alarm list shall consist of a summary display of the present alarm situation.
Each alarm shall be reported on one line that contains:

• The date and time of the alarm

• The name of the alarming object

• A descriptive text

• The acknowledgement state.

Whenever an alarm condition occurs, the alarm condition must be shown on the alarm list
and must be displayed in a flashing state along with an audible alarm. After
acknowledgement of the alarm, it should appear in a steady (i.e. not flashing) state and
the audible alarm shall stop. The alarm should disappear only if the alarm condition has
physically cleared and the operator has reset the alarm with a reset command. The state
of the alarms shall be shown in the alarm list (Unacknowledged and persistent,
Unacknowledged and cleared, Acknowledged and persistent).

Filters for selection of a certain type or group of alarms shall be available as for events.

3.2.4.8 Object picture

When selecting an object such as a circuit breaker or isolator in the single-line diagram,
the associated bay picture shall be presented first. In the selected object picture, all
attributes like
 Type of blocking

 Authority

 Local / remote control

 ALDC/SAS control

 Errors

 etc.,

shall be displayed.

3.2.4.9 Control dialogues

The operator shall give commands to the system by means of mouse click located on the
single-line diagram. It shall also be possible to use the keyboard for command activation.
Data entry is performed with the keyboard. Dedicated control dialogues for controlling at
least the following devices shall be available:

 Breaker and disconnector

 Transformer tap-changer

3.2.5. User-authority levels

It shall be possible to restrict activation of the process pictures of each object (bays,
apparatus...) within a certain user authorization group. Each user shall then be given
access rights to each group of objects, e.g.:

 Display only
______________________________________________________________________________
Section 13 : Substation Automation System Page 10 of 29
 Normal operation (e.g. open/close of switchgear)

 Restricted operation (e.g. by-passed interlocking)

 System administrator

For maintenance and engineering purposes of the station HMI, the following authorization
levels shall be available:

 No engineering allowed

 Engineering/configuration allowed

 Entire system management allowed

The access rights shall be defined by passwords assigned during the login procedure.
Only the system administrator shall be able to add/remove users and change access
rights.

3.2.6 Reports
The reports shall provide time-related follow-ups of measured and calculated values. The
data displayed shall comprise:

 Trend reports:

• Day (mean, peak)

• Month (mean, peak)

• Semi-annual (mean, peak)

• Year (mean, peak)

 Historical reports of selected analogue Values:

• Day (at 15 minutes interval)

• Week

• Month

• Year

It shall be possible to select displayed values from the database in the process display on-
line. Scrolling between e.g. days shall be possible. Unsure values shall be indicated. It
shall be possible to select the time period for which the specific data are kept in the
memory.

Following printouts shall be available from the printer and shall be printed on demand:

i. Daily voltage and frequency curves depicting time on X-axis and the appropriate
parameters on the Y-axis. The time duration of the curve is 24 hours.

ii. Weekly trend curves for real and derived analogue values.

iii. Printouts of the maximum and minimum values and frequency of occurrence and
duration of maximum and minimum values for each analogue parameter for each
circuit in 24 hour period.

iv. Provision shall be made for logging information about breaker status like number
of operation with date and time indications.

______________________________________________________________________________
Section 13 : Substation Automation System Page 11 of 29
v. Equipment operation details shift wise and during 24 hours.

vi. Printout on adjustable time period as well as on demand for MW, MVAR, Current,
Voltage on each feeder and transformer as well as Tap Positions, temperature and
status of pumps and fans for transformers.

vii. Printout on adjustable time period as well as on demand system frequency and
average frequency.

viii. Reports in specified formats which shall be handed over to successful bidder.

3.2.7. Trend display (historical data)

It shall be possible to illustrate all types of process data as trends - input and output data,
binary and analogue data. The trends shall be displayed in graphical form as column or
curve diagrams with a maximum of 10 trends per screen. Adjustable time span and scaling
ranges must be provided.

It shall be possible to change the type of value logging (direct, mean, sum, or difference)
on-line in the window. It shall also be possible to change the update intervals on-line in the
picture as well as the selection of threshold values for alarming purposes.

3.2.8. Automatic disturbance file transfer

All recorded data from the IEDs with integrated disturbance recorder as well as dedicated
disturbance recording systems shall be automatically uploaded (event triggered or once
per day) to a dedicated computer and be stored on the hard disc.

3.2.9. Disturbance analysis

The PC-based work station shall have necessary software to evaluate all the required
information for proper fault analysis.

3.2.10. IED parameter setting

It shall be possible to access all protection and control IEDs for reading the parameters
(settings) from the station HMI or from a dedicated monitoring computer. The setting of
parameters or the activation of parameter sets shall only be allowed after entering a
password.

3.2.11. Automatic sequences

The available automatic sequences in the system should be listed and described, (e.g.
sequences related to the bus transfer). It must be possible to initiate pre-defined automatic
sequences by the operator and also define new automatic sequences.

3.3. Gateway

3.3.1 Communication Interface

The Substation Automation System shall have the capability to support simultaneous
communications with multiple independent remote master stations,
The Substation Automation System shall have communication ports as follows

(a) Two ports for Remote Control Centre

(b) Two ports for Area Load Dispatch Centre (ALDC)

The communication interface to the SAS shall allow scanning and control of defined points
within the substation automation system independently for each control centre. The
substation automation system shall simultaneously respond to independent scans and
commands from employer's control centres (RCC & ALDC). The substation automation
system shall support the use of a different communication data exchange rate (bits per
second), scanning cycle, and/or communication protocol to each remote control centre.

______________________________________________________________________________
Section 13 : Substation Automation System Page 12 of 29
Also, each control centre's data scan and control commands may be different for different
data points within the substation automation system's database.

3.3.2 Remote Control Centre Communication Interface

Employer will supply communication channels between the Substation Automation System
and the remote control centre. The communicator channels provided by Employer will
consist of optical fibre the details of which shall be provided during detailed Engineering.

3.3.3 Interface equipment:

The Contractor shall provide interface equipments for communicating through optical fiber
between Substation Automation system and Remote Control Centre and between
Substation Automation system and area Load Dispatch Centre (ALDC).
In case of communication any modem supplied shall not require manual equalization and
shall include self-test features such as manual mark/space keying, analogue loop-back,
and digital loop-back. The modems shall provide for convenient adjustment of output level
and receive sensitivity. The modem should be stand alone complete in all respects
including power supply to interface the SAS with communication channel. The
configuration of tones and speed shall be programmable and maintained in non-volatile
memory in the modem. All necessary hardware and software and communication terminal
equipments required to be installed for data transfer in the substation shall also be in the
scope of bidder except the communication link (optical fiber) between substation control
room and Remote Control Centre.

3.3.4 Communication Protocol

The communication protocol between gateway and station shall be open protocol / shall
support IEC 60870-5-101. For all levels of communication such as Inter bay level, bay to
station HMI etc. the communication protocol shall support IEC 61850.

4.0 System hardware:

4.1 Redundant Station HMI, HMI View Node, Remote HMI and Disturbance Recorder
Work station:

The contractor shall provide redundant station HMI in hot standby mode.

It shall be capable to perform all functions for entire substation including future
requirements as indicated in the SLD. It shall use industrial grade components. Processor
and RAM shall be selected in such a manner that during normal operation not more than
30% capacity of processing and memory are used. Supplier shall demonstrate these
features.

The capacity of hard disk shall be selected such that the following requirement should
occupy less than 50% of disk space:

1. Storage of all analogue data (at 15 Minutes interval) and digital data including alarm,
event and trend data for thirty (30) days.
2. Storage of all necessary software,
3. 20GB space for EMPLOYER'S use. Supplier shall demonstrate that the capacity of
hard disk is sufficient to meet the above requirement.

4.1.1 HMI (Human Machine Interface)

The VDU shall show overview diagrams (Single Line Diagrams) and complete details of
the switchgear with a colour display. All event and alarm annunciation shall be selectable
in the form of lists. Operation shall be by a user friendly function keyboard and a cursor
positioning device. The user interface shall be based on WINDOWS concepts with
graphics & facility for panning, scrolling, zooming, decluttering etc.

4.1.2 Visual Display Units/ TFT's (Thin Film Technology)

The contractor shall provide three display units, one for station HMI, one for redundant
HMI and one for DR work station. These shall have high resolution and reflection protected
______________________________________________________________________________
Section 13 : Substation Automation System Page 13 of 29
picture screen. High stability of the picture geometry shall be ensured. The screen shall be
at least 21" diagonally in size and capable of colour graphic displays.

The display shall accommodate resolution of 1280 X 1024 pixels. The HMI shall be able to
switch the key board and cursor positioning device, as unit among all the monitors at a
consol vis push button or other controls.

4.1.3 Printer

It shall be robust & suitable for operation with a minimum of 132 characters per line. The
printing operation shall be quiet with a noise level of less than 45 dB suitable for location
in the control room. Printer shall accept and print all ASCII characters via master control
computer unit interface.

The printer shall have in built testing facility. Failure of the printer shall be indicated in the
Station HMI. The printer shall have an off line mode selector switch to enable safe
maintenance. The maintenance should be simple with provisions for ease of change of
print head, ribbon changing, paper insertion etc.

All printers mounted in the control room shall be provided with a separate printer enclosure
each. The enclosure shall be designed to permit full enclosure of the printers at a
convenient level. Plexiglas windows shall be used to provide visual inspection of the
printers and ease of reading. The printer enclosures shall be designed to protect the
printers from accidental external contact & each should be removable from hinges at the
back and shall be provided with lock at the front.

All reports and graphics prints shall be printed on laser printer. One dot matrix printer shall
be exclusively used for hourly log printing.

All printers shall be continuously online.

4.1.4 Mass Storage Unit

The mass storage unit shall be built-in to the Station HMI. All operational measured values
and indications shall be stored in a mass-storage unit of CD-ROM / DVD-ROM with 700
MB or more capacity. The unit should support at least Read (48X), Write (24X), and Re-
Write (10X) operations, with Multi-Session capability. It should support IS09660, Rockridge
and Joliet File systems. It should support formatting and use under the operating system
provided for Station HMI. The monthly back up of data shall be taken on disc. The facility
of back up of data shall be inherent in the software.

4.1.5 Switched Ethernet Communication Infrastructure:

The bidder shall provide the redundant switched optical Ethernet communication
infrastructure for SAS. The bidder shall keep provision of 100% spare capacity for
employer use. One switch shall be provided to connect all IEDs for two bays of 220kV yard
to communication infrastructure. For 66kV & 33KV, one switch shall be provided for three
bays.

4.2 Bay level unit


The bay unit shall use industrial grade components. The bay level unit, based on
microprocessor technology, shall use numerical techniques for the calculation and
evaluation of externally input analogue signals. They shall incorporate select-before-
operate control principles as safety measures for operation via the HMI. They shall
perform all bay related functions, such as control commands, bay interlocking, data
acquisition, data storage, event recording and shall provide inputs for status indication and
outputs for commands. They shall be directly connected to the switchgear. The bay unit
shall acquire and process all data for the bay (Equipment status, fault indications,
measured values, alarms etc.) and transmit these to the other devices in sub-station
automation system. In addition, this shall receive the operation commands from station
HMI and control centre. The bay unit shall have the capability to store all the data for at
least 24 hours.

One no. Bay level unit shall be provided for supervision and control of each 220kV,66kV &
33kV bay (a bay comprises of one circuit breaker and associated disconnector, earth
______________________________________________________________________________
Section 13 : Substation Automation System Page 14 of 29
switches and instrument transformer). The Bay level unit shall be equipped with analogue
and binary inputs/outputs for handling the control, status monitoring and analogue
measurement functions. All bay level interlocks are to be incorporated in the Bay level unit
so as to permit control from the Bay level unit/ local bay mimic panel, with all bay
interlocks in place, during maintenance and commissioning or in case of contingencies
when the Station HMI is out of service.

The Bay level unit shall meet the requirements for withstanding electromagnetic
interference according to relevant parts of IEC 61850. Failure of any single component
within the equipment shall neither cause unwanted operation nor lead to a complete
system breakdown.

4.2.1 Input/Output (I/O) modules

The I/O modules shall form a part of the bay level unit and shall provide coupling to the
substation equipment. The I/O modules shall acquire all switchgear information (i.e. data
coming directly from the switchgear or from switchgear interlocking devices) and transmit
commands for operation of the switchgear. The measured values of voltage and current
shall be from the secondaries of instrument transformers. The digital inputs shall be
acquired by exception with 1 ms resolution. Contact bouncing in digital inputs shall not be
assumed as change of state.

4.3. Air-conditioned System

The following rooms shall be provided with split Air-Conditioners.


i) Bay level units, bay mimic, relay and protection panels etc. for 220KV bays.
ii) Bay level units, bay mimic, relay and protection panels etc. for 66KV bays.
iii) Bay level units, bay mimic, relay and protection panels etc. for 33kV bays.
iv) Battery room
v) Control room
vi) Electrical Lab. / Protection Room
vii) Conference Room/ Library
viii) Station incharge Room/ DGM’s Room
ix) SCADA / PLCC Room
x) Room for Engineers
xi) Room for non-executives

The design of layout plan, capacity, quantity of split AC and their control panels shall be
subject to Employer's approval and conform to the IS: 1391(part-2). The split AC shall be
installed atleast 4 star rated system as per the Bureau of Energy Efficiency (India). The AC
rooms shall also be provided with fire alarm system with at least two detectors and it shall
be wired to SAS for monitoring. The air conditionings system shall be provided with control
and protection IEDs for performing substation automation and protection functions.

The high wall type split AC unit of suitable capacity shall be complete with high wall type
indoor evaporator unit and air cooled outdoor condensing unit having hermetically sealed
compressor. Cool mode is required in split AC.

The indoor units shall be high wall type. The indoor unit shall be compact and shall have
elegant appearance. They shall have low noise centrifugal blowers driven by special
motors and copper tube aluminium finned cooling coils. Removable and washable
polypropylene filters shall be provided.

Outdoor unit shall comprise of hermetically sealed reciprocating/ rotary compressors


mounted on vibration isolators, propeller type axial flow fans and copper tube aluminium
finned coils all assembled in a sheet metal casing. The casing and the total unit shall be
properly treated and shall be weatherproof type. They shall be compact in size and shall
have horizontal discharge of air. The compressor shall be very reliable, trouble free and
require less maintenance.

Copper refrigerant piping complete with insulation between the indoor and remote outdoor
condensers as required. PVC drain piping from the indoor units upto the nearest drain
point. Power and control cabling between the indoor unit and outdoor unit and earthing.

______________________________________________________________________________
Section 13 : Substation Automation System Page 15 of 29
The air conditioning is required for critical application i.e. for maintaining the temperature
for critical sub-station control and protection equipment. To provide redundancy for such
critical applications, each split AC shall be installed with environment control system
comprising of air conditioners working in conjunction through a micro processor based
controller for desired operation. The system shall be designed for 24 Hours, 365 days of
the year to maintain proper temperature for operation of the critical equipment. One of the
air conditioner shall be standby mode and on failure of the any unit, the same shall start
automatically. To ensure longer life of the system, all the functional units and standby unit
shall also be running in cyclic operation through the controller. Design shall be such that
failure of the any unit of Air conditioning system shall not compromise operational
requirement.

Standby units in Air conditioning shall be provided and A/C system shall be synchronised
for round the clock operation.

4.4 Extendibility in future


Offered substation automation system shall be suitable for extension in future for
additional bays. During such requirement, all the drawings and configurations, alarm/event
list etc. displayed shall be designed in such a manner that its extension shall be easily
performed by the employer. During such event, normal operation of the existing substation
shall be unaffected and system shall not require a shutdown. The contractor shall provide
all necessary software tools along with source codes to perform addition of bays in future
and complete integration with SAS by the user. These software tools shall be able to
configure IED, add additional analogue variable, alarm list, event list, modify interlocking
logics etc. for additional bays/equipment which shall be added in future with IEDs of same
manufacture/ different manufacture.

5.0 Software structure


The software package shall be structured according to the SAS architecture and strictly
divided in various levels. Necessary firewall shall be provided at suitable points in software
to protect the system. An extension of the station shall be possible with lowest possible
efforts. Maintenance, modification or an extension of components of any feeder may not
force a shutdown of the parts of the system, which are not affected by the system
adaptation.

5.1.1 Station level software


5.1.1.2 Human-machine interface (HMI)

The base HMI software package for the operator station shall include the main SAS
functions and it shall be independent of project specific hardware version and operating
system. It shall further include tools for picture editing, engineering and system
configuration. The system shall be easy to use, to maintain, and to adapt according to
specific user requirements. Systems shall contain a library with standard functions and
applications.

5.1.2 Bay level software


5.1.2.1 System software

The system software shall be structured in various levels. This software shall be placed in
a non-volatile memory. The lowest level shall assure system performance and contain
basic functions, which shall not be accessible by the application and maintenance
engineer for modifications. The system shall support the generation of typical control
macros and a process database for user specific data storage. In case of restoration of
links after failure, the software along with hardware shall be capable of automatically
synchronising with the remaining system without any manual interface. This shall be
demonstrated by contractor during integrated system test.

5.1.2.2 Application software

In order to ensure robust quality and reliable software functions, the main part of the
application software shall consist of standard software modules built as functional block
elements. The functional blocks shall be documented and thoroughly tested. They form
part of a library. The application software within the control/protection devices shall be
programmed in a functional block language.

______________________________________________________________________________
Section 13 : Substation Automation System Page 16 of 29
5.1.2.3 Network Management System

The contractor shall provide network management system software for following
management functions:

a. Configuration Management
b. Fault Management
c. Performance Monitoring

This system shall be used for management of communication devices and other IEDs in
the system. This NMS can be loaded in DR work-station and shall be easy to use, user
friendly and menu based. The NMS shall monitor all the devices in the SAS and report if
there is any fault in the monitored devices. The NMS shall
(a) Maintain performance, resource usage, and error statistics for all managed links
and devices and present this information via displays, periodic reports and on
demand reports.
(b) Maintain a graphical display of SAS connectivity and device status.
(c) Issue alarms when error conditions occurs
(d) Provide facility to add and delete addresses and links

5.1.2.4 The contractor shall provide each software in two copies in CD to load into the system in
case of any problem related with Hardware/Communication etc.

6.0 TESTS

The substation automation system offered by the bidder shall be subjected to following
tests to establish compliance with IEC 61850 for EHV sub station equipment installed in
sheltered area in the outdoor switchyard specified ambient conditions:

6.1 Type Tests:

6.1.1 Control IEDs and Communication Equipment

a. Power Input:
i Auxiliary Voltage
ii Current Circuits
iii Voltage Circuits
iv Indications

b. Accuracy Tests:
i Operational Measured Values
ii Currents
iii Voltages
iv Time resolution

c. Insulation Tests:
i Dielectric Tests
ii Impulse Voltage withstand Test

d. Influencing Quantities:
i Limits of operation
ii Permissible ripples
iii Interruption of input voltage

e. Electromagnetic Compatibility Test:


i 1 MHZ burst disturbance test
ii Electrostatic Discharge Test
iii Radiated Electromagnetic Field Disturbance Test
iv Electrical Fast transient Disturbance Test
v Conducted Disturbances Tests induced by Radio Frequency Field
vi Magnetic Field Test
vii Emission (Radio interference level) Test.
viii Conducted Interference Test

______________________________________________________________________________
Section 13 : Substation Automation System Page 17 of 29
f. Function Tests:
i Indication
ii Commands
iii Measured value Acquisition
iv Display Indications

g. Environmental tests:
i Cold Temperature
ii Dry Heat
iii Wet heat
iv Humidity (Damp heat Cycle)
v Vibration
vi Bump
vii Shock

6.2 Factory Acceptance Tests:

The supplier shall submit a test specification for factory acceptance test (FAT) and
commissioning tests of the station automation system for approval. For the individual bay
level lED's applicable type test certificates shall be submitted.

The manufacturing phase of the SAS shall be concluded by the factory acceptance test
(FAT). The purpose is to ensure that the Contractor has interpreted the specified
requirements correctly and that the FAT includes checking to the degree required by the
user. The general philosophy shall be to deliver a system to site only after it has been
thoroughly tested and its specified performance has been verified, as far as site conditions
can be simulated in a test lab. If the FAT comprises only a certain portion of the system for
practical reason, it has to be assured that this test configuration contains at least one unit
of each and every type of equipment incorporated in the delivered system.

If the complete system consists of parts from various suppliers or some parts are already
installed on site, the FAT shall be limited to sub-system tests. In such a case, the complete
system test shall be performed on site together with the Site Acceptance Test (SAT).

6.3 Integrated Testing:

The integrated system tests shall be performed as detailed in subsequent clauses as per
following configuration:

• Redundant Station HMI, DR work station, switches along with all IEDs and printers.

All other switches for complete sub-station as detailed in section project shall be simulated
as needed.

6.3.1 Hardware Integration Tests:

The hardware integration test shall be performed on the specified systems to be used for
Factory tests when the hardware has been installed in the factory. The operation of each
item shall be verified as an integral part of system. Applicable hardware diagnostics shall
be used to verify that each hardware component is completely operational and assembled
into a configuration capable of supporting software integration and factory testing of the
system. The equipment expansion capability shall also be verified during the hardware
integration tests.

6.3.2 Integrated System Tests:

Integrated system tests shall verify the stability of the hardware and the software. During
the tests all functions shall run concurrently and all equipment shall operate a continuous
100 Hours period. The integrated system test shall ensure the SAS is free of improper
interactions between software and hardware while the system is operating as a whole.

6.4 Field Tests:

The field tests shall completely verify all the features of SAS hardware and software.

______________________________________________________________________________
Section 13 : Substation Automation System Page 18 of 29
7.0 SYSTEM OPERATION

7.1 Substation Operation

7.1.1 Normal Operation

Operation of the system by the operator from the remote RCC or at the substation shall
take place via industry standard HMI (Human Machine interface) subsystem consisting of
graphic colour VDU, a standard keyboard and a cursor positioning device (mouse).

The coloured screen shall be divided into 3 fields:

i) Message field with display of present time and date


ii) Display field for single line diagrams
iii) Navigation bar with alarm/condition indication

For display of alarm annunciation, lists of events etc a separate HMI View node shall be
provided.
All operations shall be performed with mouse and/or a minimum number of function keys
and cursor keys. The function keys shall have different meanings depending on the
operation. The operator shall see the relevant meanings as function tests displayed in the
command field (i.e. operator prompting). For control actions, the switchgear (i.e. circuit
breaker etc.) requested shall be selectable on the display by means of the cursor keys.
The switching element selected shall then appear on the background that shall be flashing
in a different color. The operator prompting shall distinguish between:-

- Prompting of indications e.g. fault indications in the switchgear, and

- Prompting of operational sequences e.g. execution of switching operations

The summary information displayed in the message field shall give a rapid display of
alarm/message of the system in which a fault has occurred and alarm annunciation lists in
which the fault is described more fully.

Each operational sequence shall be divided into single operation steps which are initiated
by means of the function keys/WINDOW command by mouse. Operator prompting shall
be designed in such a manner that only the permissible keys are available in the
command field related to the specific operation step. Only those switching elements shall
be accessed for which control actions are possible. If the operation step is rejected by the
system, the operator prompting shall be supported by additional comments in the
message field. The operation status shall be reset to the corresponding preceding step in
the operation sequence by pressing one of the function keys. All operations shall be
verified. Incorrect operations shall be indicated by comments in the message field and
must not be executed.

The offer shall include a comprehensive description of the system. The above operation
shall also be possible via WINDOWS based system by mouse.

8.0 Power Supply

Power for the substation automation system shall be derived from substation 220V DC
system.
Inverter of suitable capacity shall be provided for station HMI and its peripheral devices
e.g. printer etc. In the event of Power failure, necessary safeguard software shall be built
for proper shutdown and restart.

9.0 Documentation

The following documents shall be submitted for employer's approval during detailed
engineering:

(a) System Architecture Drawing


(b) Hardware Specification
(c) Sizing Calculations of various components
______________________________________________________________________________
Section 13 : Substation Automation System Page 19 of 29
(d) Response Time Calculation
(e) Functional Design Document

The following documentation to be provided for the system in the course of the project
shall be consistent, CAD supported, and of similar look/feel. All CAD drawings to be
provide in "dxf" format.

• List of Drawings
• Substation automation system architecture
• Block Diagram
• Guaranteed technical parameters, Functional Design Specification and
Guaranteed availability and reliability
• Calculation for power supply dimensioning
• I/O Signal lists
• Schematic diagrams
• List of Apparatus
• List of Labels
• Logic Diagram (hardware & software)
• Kiosk layout drawing
• GA of kiosk and GTP
• Control Room Lay-out
• Test Specification for Factory Acceptance Test (FAT)
• Product Manuals
• Assembly Drawing
• Operator's Manual
• Complete documentation of implemented protocols between various elements
• Listing of software and loadable in CD ROM
• Other documents as may be required during detailed engineering

Two sets of hard copy and four sets of CD ROM containing all the as built
documents/drawings shall be provided.

10.0 TRAINING, SUPPORT, SERVICES, MAINTENANCE AND SPARES

10.1 Training

Contractor personnel who are experienced instructors and who speak understandable
English shall conduct training. The contractor shall arrange on its own cost all hardware
training platform required for successful training and understanding in India. The
Contractor shall provide all necessary training material. Each trainee shall receive
individual copies of all technical manuals and all other documents used for training. These
materials shall be sent to Employer at least two months before the scheduled
commencement of the particular training course. Class materials, including the documents
sent before the training courses as well as class handouts, shall become the property of
Employer. Employer reserves the right to copy such materials, but for in-house training
and use only. Hands-on training shall utilize equipment identical to that being supplied to
Employer.

For all training courses the travel (e.g. airfare) and pre-diem expenses will be borne by the
participants.

The schedule, location, and detailed contents of each course will be finalized during
employer and contractor discussions.

10.2 Computer System Hardware Course

A computer system hardware course shall be offered, but at the system level only. The
training course shall be designed to give Employer hardware personnel sufficient
knowledge of the overall design and operation of the system so that they can correct
obvious problems, configure the hardware, preventive maintenance run diagnostic
programs, and communicate with contract maintenance personnel. The following subjects
shall be covered:

a) System Hardware Overview: Configuration of the system hardware.


______________________________________________________________________________
Section 13 : Substation Automation System Page 20 of 29
b) Equipment Maintenance: Basic theory of operation, maintenance techniques and
diagnostic procedures for each element of the computer system, e.g. processors,
auxiliary memories, LANs, routers and printers. Configuration of all the hardware
equipments.

c) System Expansion: Techniques and procedures to expand and add equipment


such as loggers, monitors and communication channels.

d) System Maintenance: Theory of operation and maintenance of the redundant


hardware configuration, failover hardware, configuration control panels and
failover switches. Maintenance of protective devices and power supplies.

e) Subsystem Maintenance: Theory of design and operation, maintenance


techniques and practices, diagnostic procedures, and (where applicable)
expansion techniques and procedures. Classes shall include hands-on training for
the specific subsystems that are part of Employer’s equipment or part of similarly
designed and configures subsystems. All interfaces to the computing equipment
shall be taught in detail.

f) Operational Training: Practical training on preventive and corrective maintenance


of all equipment, including use of special tools and instruments. This training shall
be provided on Employer equipment, or on similarly configures systems.

10.3 Computer System Software Course

The Contractor shall provide a computer system software course that covers the following
subjects:

(a) System Programming:


Including all applicable programming languages and all stand-alone service and
utility packages provided with the system. An introduction to software architecture,
Effect of tuning parameters (OS software, Network software, database software
etc.) on the performance of the system.
(b) Operating System:
Including the user aspects of the operating system, such as program loading and
integrating procedures; scheduling, management, service, and utility functions and
system expansion techniques and procedures
(c) System Initialization and Failover:
Including design, theory of operation, and practice Diagnostics:
(d) Including the execution of diagnostic procedures and the interpretation of
diagnostic outputs,
(e) Software Documentation: Orientation in the organization and use of system
software documentation.
(f) Hands-on Training: One week, with allocated computer time for trainee
performance of unstructured exercises and with the course instructor available for
assistance as necessary.

10.4 Application Software Course

The Contractor shall provide a comprehensive application software courses covering all
applications including the database and display building course. The training shall include:

(a) Overview: Block diagrams of the application software and data flows.
Programming standards and program interface conventions.
(b) Application Functions: Functional capabilities, design, and major algorithms.
Associated maintenance and expansion techniques.
(c) Software Development: Techniques and conventions to be used for the
preparation and integration of new software functions.
(d) Software Generation: Generation of application software from source code and
associated software configuration control procedures.
(e) Software Documentation: Orientation in the organization and use of functional
and detailed design documentation and of programmer and user manuals.

______________________________________________________________________________
Section 13 : Substation Automation System Page 21 of 29
(f) Hands-on Training: One week, with allocated computer time for trainee
performance of unstructured exercises and with the course instructor available for
assistance as necessary.

10.5 Requirement of training:

The contractor shall provide training for two batches for two weeks each for following
courses.

S. No. Name of Course


1 Computer System Hardware
2 Computer System Software
3 Application Software

11.0 MAINTENANCE

11.1 Maintenance Responsibility during the Guaranteed Availability Period.


During Guaranteed Availability Period, the Contractor shall take continual actions to
ensure the guaranteed availability and shall make available all the necessary resources
such as specialist personnel, spare parts, tools, test devices etc. for replacement or repair
of all defective parts and shall have prime responsibility for keeping the system
operational.

12.0 RELIABILITY AND AVAILABILITY

The SAS shall be designed so that the failure of any single component, processor, or
device shall not render the system unavailable. The SAS shall be designed to satisfy the
very high demands for reliability and availability concerning:

• Mechanical and electrical design


• Security against electrical interference (EMI)
• High quality components and boards
• Modular, well-tested hardware
• Thoroughly developed and tested modular software
• Easy-to-understand programming language for application programming
• Detailed graphical documentation and application software
• Built-in supervision and diagnostic functions
• Security
- Experience of security requirements
- Process know-how
- Select before execute at operation
- Process status representation as double indications
• Distributed solution
• Independent units connected to the local area network
• Back-up functions
• Panel design appropriate to the harsh electrical environment and ambient
conditions
• Panel grounding immune against transient ground potential rise

Outage terms

1) Outage
The state in which substation automation system or a unit of SAS is unavailable
for Normal Operation as defined in the clause 7.1 due to an event directly related
to the SAS or unit of SAS. In the event, the Employer has taken any equipment
system other than Sub-station Automation System for schedule/forced
maintenance, the consequent outage to SAS shall not be considered as outage for
the purpose of availability.

2) Actual outage duration (AOD)


The time elapsed in hours between the start and the end of an outage. The time
th th
shall be counted to the nearest 1/4 of an hour. Time less than 1/4 of an hour
th
shall be counted as having duration of 1/4 of an hour.

______________________________________________________________________________
Section 13 : Substation Automation System Page 22 of 29
3) Period Hours (PH)
The number of hours in the reporting period. In a full year the period hour are
8760h (8784h for a leap year).

4) Actual Outage hours (AOH)


The sum of actual outage duration within the reporting period
AOH =ΣAOD

5) Availability
Each SAS shall have a total availability of 99.98 % i.e. the ratio of total time
duration minus the actual outage duration to total time duration.

12.1 Guarantees Required

The availability for the complete SAS shall be guaranteed by the Contractor. Bidder shall
include in their offer the detailed calculation for the availability. The contractor shall
demonstrate their availability guaranteed by conducting the availability test on the total
sub-station automation system as a whole after commissioning of total Sub-station
Automation system. The test shall verify the reliability and integrity of all sub-systems.
Under these conditions the test shall establish an overall availability of 99.98%. After the
lapse of 1000 Hours of cumulative test time, test records shall be examined to determine
the conformance with availability criterion. In case of any outage during the availability
test, the contractor shall rectify the problem and after rectification, the 1000 Hours period
start after such rectification. If test object has not been met the test shall continue until the
specified availability is achieved.

The contractor has to establish the availability in a maximum period of three months from
the date of commencement of the availability test.

After the satisfactory conclusion of test both contractor and employer shall mutually agree
to the test results and if these results satisfy the availability criterion, the test is considered
to be completed successfully. After that the system shall be taken over by the employer
and then the guarantee period shall start.

13.0 Spares

13.1 Consumables:

All consumables such as paper, cartridges shall be supplied by the contractor till the SAS
is taken over by the Employer. .

13.2 Availability Spares:

In addition to mandatory spares as listed in section project for SAS, the bidder is required
to list the spares, which may be required for ensuring the guaranteed availability during the
guaranteed availability period. The final list of spares shall form part of scope of supply
and accordingly the price thereof shall be quoted by the bidder and shall be considered in
the evaluation of the bids. During the guaranteed availability period, the spare parts
supplied by the Contractor shall be made available to the Contractor for usage subject to
replenishment at the earliest. Thus, at the end of availability period the inventory of spares
with the Employer shall be fully replenished by the Contractor. However, any additional
spares required to meet the availability of the system (which are not a part of the above
spares supplied by the Contractor) would have to be supplied immediately by the
Contractor free of cost to the Employer.

14.0 LIST OF EQUIPMENTS


Quantity of equipments shall be decided by bidder in order to achieve guaranteed
reliability and availability as declared by bidder.
i) Station HMI
ii) Redundant Station HMI (in Hot-stand by mode)
iii) Bay level units along with bay mimic
iv) Disturbance Recorder Work Station(Maintenance HMI)
v) Colour Laser Printer - 1 No. (For Reports & Disturbance records)
vi) Dot matrix printers - (one each for Alarms and log sheets)
vii) All interface equipment for gateway to RCC and ALDC
______________________________________________________________________________
Section 13 : Substation Automation System Page 23 of 29
viii) Communication infrastructure between Bay level units. Station HMI, Printers,
gateways, redundant LAN etc. as required
ix) Remote workstation including HMI and along with one printer
x) Any other equipment as necessary.

______________________________________________________________________________
Section 13 : Substation Automation System Page 24 of 29
Annexure-I

Basic Monitoring requirements are:

- Switchgear status indication


- Measurements (U, I, P, Q, f)
- Event
- Alarm
- Winding temperature of transformers
- Ambient temperature
- Status and display of 415V LT system & 220V DC system
- Status of display of Fire protection system and Air conditioning system.
- Acquisition of all counters for inter-tripping counting the receive/send commands.
- Acquisition of alarm and fault record from protection relays
- Disturbance records
- Monitoring the state of batteries by displaying DC voltage, charging current and load
current etc.
- Tap-position of Transformer

List of Inputs
The list of input for typical bays is as below:-

Analogue inputs
i) For line
Current R phase
Y phase
B phase
Voltage R-Y phase
Y-B phase
B-R phase
ii) For transformer
Current R phase
Y phase
B phase
WTI (for transformer)
Tap position (for transformer only)
iii) For bus coupler
Current R phase
Y phase
B phase
iv) Common

a) Voltage for Bus-1, Bus-II

Voltage R-Y phase


Y-B phase
B-R phase

b) Frequency for Bus-1 and Bus-II

b) Ambient temperature (switchyard).

d) LT system
i) Voltage R-Y, Y-B, B-R of Main Switch Board section-I
ii) Voltage R-Y, Y-B, B-R of Main Switch Board section-II
iii) Voltage R-Y, Y-B, B-R of Diesel Generator
iv) Current from Diesel Generator
v) Voltage of 220V DCDB-I
vi) Voltage of 220V DCDB-II
vii) Current from 220V Battery set-I
viii) Current from 220V Battery set-II
ix) Current from 220V Battery charger-I
______________________________________________________________________________
Section 13 : Substation Automation System Page 25 of 29
xi) Current from 220V Battery charger-I
xii) Current from LT Tfr.-1
xiii) Current from LT Tfr.-2

Digital Inputs

The list of input for various bays/SYSTEM is as follows:

1. Line bays
i) Status of each pole of CB, Isolator, Earth switch
ii) CB trouble
iii) CB operation/closing lockout
iv) Pole discrepancy optd
v) Trip coil faulty
vi) LBB optd
vii) Bus bar protn trip relay optd
viii) Main bkr auto recloser operated
ix) auto recloser operated
x) A/r lockout
xi) Direct trip-l/ll sent
xii) Direct trip-l/ll received
xiii) Main 1/ Main II blocking
xiv) Main 1/ Main II -lnter trip send
xv) Main 1/ Main II-lnter trip received
xvi) O/V stage-I operated
xvii) O/V stage-II operated
xviii) FAULT LOCATOR FAULTY
xix) MAIN-1/ Main II PT FUSE FAIL
xx) MAIN-1 PROTN TRIP
xxi) MAIN-II PROTN TRIP
xxii) MAIN-1 PSB ALARM
xxiv) MAIN-1 SOTF TRIP
xxv) MAIN-1 R-PH TRIP
xxvi) MAIN-1 Y-PH TRIP
xxvii) MAIN-1 B-PH TRIP
xxviii) MAIN-1 START
xxix) MAIN-1/ Main II inter trip
xxx) MAIN-1/ Main II fault in reverse direction
xxxi) MAIN-1/ Main II ZONE-2 TRIP
xxxii) MAIN-1/ Main II ZONE-3 TRIP
xxxiii) MAIN-1/ Main II weak end infeed optd
xxxiv) MAIN-II PSB alarm
xxxiv) MAIN-II SOF TRIP
xxxv) MAIN-II R-PHTRIP
xxxvi) MAIN-II Y-PH TRIP
xxxvii) MAIN-II B-PH TRIP
xxxviii) MAIN-II start
xxxix) MAIN-II inter trip
xl) MAIN-1/ MAIN-II fault in reverse direction
xli) Back-up o/c optd
xlii) Back-up e/f optd
xliii) 220V DC-I/II source fail
xliv) SPEECH CHANNEL FAIL
xlv) Optic fiber Protection Channel-1 FAIL
xlvi) Optic fiber Protection Channel-11 FAIL
xlvii) Under frequency Relay Trip (In case of 33kV)

2. Transformer bays
i) Status of each pole of CB, Isolator, Earth switch
ii) CB trouble
iii) CB operation/ closing lockout
iv) Pole discrepancy optd
v) Trip coil faulty
vi) LBB optd
vii) Bus bar protn trip relay optd
______________________________________________________________________________
Section 13 : Substation Automation System Page 26 of 29
viii) REF OPTD
ix) DIF OPTD
x) OVERFLUX ALARM (MV)
xi) OVERFLUX TRIP (MV)
xii) OVERFLUX ALARM (HV)
xiii) OVERFLUX TRIP (HV)
xiv) HV BUS VT 1/2 FUSE FAIL
xv) MV BUS VT 1/2 FUSE FAIL
xvi) OTI ALARM/TRIP
xvii) PRD OPTD
xviii) OVERLOAD ALARM
xix) BUCHOLZ TRIP
xx) BUCHOLZ ALARM
xxi) OLTC BUCHOLZ ALARM (O.S.R)
xxii) OLTC BUCHOLZ TRIP
xxiii) OIL LOW ALARM
xxiv) Back-up o/c (HV) optd
xxv) Back-up e/f (HV) optd
xxvi) 220V DC-I/II source fail
xxvii) TAP MISMATCH
xxviii) GR-A PROTN OPTD
xxix) GR-B PROTN OPTD
xxx) Back-up o/c (MV) optd
xxxi) Back-up e/f (MV) optd
xxxii) SPR Optd.

3. Busbar Protection
i) Bus bar Main trip
ii) Bus bar Check trip
iii) Bus bar zone-I CT open
iv) Bus bar zone-II CT open
v) Bus transfer CT sup. Optd
vi) Bus protection relay fail

4. Auxiliary system
i) Incomer-I On/Off
ii) Incomer-II On/Off
iii) 415V Bus-I/II U/V
iv) 415V Bus coupler breaker on/off
v) DG set bkr on/off
vi) Alarm/trip signals as listed in Section : DG set
vii) LT transformer-I Buchholz alarm and trip
viii) LT transformer-II Buchholz alarm and trip
ix) LT transformer-I WTI alarm and trip
x) LT transformer-II WTI alarm and trip
xi) LT transformer-I OTI alarm and trip
xii) LT transformer-II OTI alarm and trip
xiii) Communication exchange fail
xiv) Time sync. Signal absent
xv) Alarm trip signals as listed in
xvi) Battery and Battery charger
xvii) 220V dc-I earth fault
xviii) 220V dc-II earth fault
xix) Alarm/trip signals as listed in Section: Fire protection system

The exact number and description of digital inputs shall be as per detailed engineering
requirement. Apart from the above-mentioned digital inputs, minimum of 200 inputs shall be kept
for DTL use in future.

______________________________________________________________________________
Section 13 : Substation Automation System Page 27 of 29
Annexure – II

INTEROPERABILITY DOCUMENT

1. Network Configuration

• Point to Point
• Point to multi point

2. Physical Layer

Transmission speed ( In monitoring and control direction)


• 200 bps
• 300 bps
• 600 bps
• 1200 bps
• 2400 bps
• 4500 bps
• 9600 bps

3. Link Layer

Frame Format : FT 1.2

Link transmission procedure :Unbalanced

Address field of the Link : 1 Octet

4. Application Layer

Common address of ASDU : 1 Octet


Information Object address : 2 Octets
Cause of transmission : 1 Octet

Selection of Standard ASDUs.

Monitoring Direction

• 1: Single –point information M_SP_NA_1.


• 2: Single –point information with time tag M_SP_TA_1
• 3: Double –point information M_DP_NA_1.
• 4:Double –point information with time tag M _DP_TA_1.
• 5:Step position information M_ST_NA_1.
• 6: Step position information with time tag M_ST_TA_1
• 11:Measured value, scaled value M_ME_NB_1.
• 12: Measured value, scaled value with time tag M_ME_TB_1
• 15: Integrated totals M_IT_NA_1
• 16: Integrated totals with time tag M_IT_TA_1.
• 70:End of initialization M_El_NA_1

Control Direction

• 45: Single command C_SC_NA_1


• 46: Double command C_DC_NA_1.
• 47: Regulating step command C_RC_NA_1.
• 49: Set point command ,scaled value C_SE_NB_1
• 100: Interrogation command C_lC_NA_1.
• 101: Counter Interrogation command C_Cl_NA_1.
• 102: Read command C_RD_NA_1.
• 103: Clock synchronization command C_CS_NA_1.

______________________________________________________________________________
Section 13 : Substation Automation System Page 28 of 29
• 105: Reset process command C_RP_NA_1.

File Transfer

• 120: File ready F_FR_NA_1.


• 121: Section ready F_SR_NA_1.
• 122: Call Directory, select file ,call file , call section F_SC_NA_1.
• 123: Last section , last segment F_LS_NA_1.
• 124: Ack file,ack section F_AF_NA_1.
• 125: Segment F_SG_NA_1.
• 126: Directory F_DR_TA_1.

Note: File transfer is used for uploading the RTU’s configuration file, and also to acquire
Sequence of Events on demand.

______________________________________________________________________________
Section 13 : Substation Automation System Page 29 of 29
SECTION-XIV

CONTROL & RELAY PANELS


SECTION : 14

RELAY AND PROTECTION PANELS


(Applicable for Sub-station with Automation System)

1.0 GENERAL

1.1 This specification covers the design, engineering, manufacture, assembly, testing, supply
and delivery of relay and protection panels complete with wiring, meters, relays, control
switches and other miscellaneous equipments specified herein after in this specifications
for 400 kV, 220 kV, 66 kV and 33 kV voltage levels in DTL system.

1.2 The relay and protection panels shall be complete with all components and accessories
which are necessary or usual for their efficient performance and satisfactory maintenance
under the various operating and atmospheric conditions. Such parts shall be deemed to be
within the scope of supply, whether specifically included or not in the specifications. The
successful bidder shall not be eligible for any extra charges for such accessories etc.

1.3 CLIMATIC CONDITIONS

The climatic conditions prevailing at site are as follows:

1 Maximum ambient air temperature as per 45oC


IS: 9676
2 Standard ambient air temperature as per IS: 40oC
9676
3 Maximum Relative Humidity 100%
4 Minimum Relative Humidity 10%
5 Average annual rainfall 750 mm
6 Average no. of rainy day 50
7 Average no. of thunderstorm days per annum 40
8 Altitude Not exceeding 300 meters
9 Rain months June to Oct.
10 Wind pressure as per IS 875 195 Kg/Sq. meters up to 30
meters

The atmosphere is generally laden with mild acid and dust in suspension during the dry
months and is subject to fog in cold months. The variation between daily minimum and
maximum temperature could be to the extent of 15/20 deg. C. Heavy lightening is in the area
during the rainy months. All the equipments shall be designed to withstand seismic forces
corresponding to seismic zone – IV.

1.4 STANDARDS

1.4.1 The design, manufacture, testing and performance of the equipment provided under this
specification shall comply with the standards and rules given in this specification.
1.4.2 Unless otherwise specified the equipment shall confirm to the latest applicable Indian
Standards. The equipment complying with any other authorized standards such as British,
USA, etc. will also be considered if it ensures performance equivalent or superior to Indian
Standards specified below. In the event of supply of equipment confirming to any
internationally recognized standards other than the Indian Standards, the salient features of
comparison shall be brought out in the tender. The copies of such standard in English
language or their English translation shall be attached with the offer.

1.4.3 The bidder shall note that standards mentioned in the specification are not mutually
exclusive or complete in themselves, but intended to compliment each other.

Section-14: Relay and Protection Panel With Automation Page 1 of 32


1.4.4 The bidder shall also note that list of standards presented in this specification may not be
complete and exhaustive. Whenever necessary the list of standards shall be considered in
conjunction with specific IS/IEC.

LIST OF STANDARDS

IS-3231 Electrical relays for power system protection.

IS-3842 Part-I to VII Application guide for electrical relays

IEC-60529 Degree of Protection provided by enclosures.

IEC-60947-4-1 Low voltage switchgear and control gear.

IEC-61095 Electromechanical Contactors for household and


similar purposes.

IEC-60439 (P1 & 2) Low Voltage Switchgear and control gear


assemblies

IEC-60051 : (P1 to P9) Recommendations for Direct Acting indicating


analogue electrical measuring instruments and
their accessories.

IEC-60255 (Part 1 to part Electrical relays.


23)

IEC-60297 (P1 to P4) Dimensions of mechanical structures of the


482.6mm (19 inches) series.

IEC-60359 Expression of the performance of electrical &


electronic measuring equipment.

IEC-60387 Symbols for Alternating-Current Electricity


meters.

IEC-60447 Man machine interface (MMI) – Actuating


principles.

IEC-60521 Class 0.5, 1 and 2 alternating current watt


hour meters

IEC-60547 Modular plug-in Unit and standard 19-inch


rack mounting unit based on NIM Standard
(for electronic nuclear instruments)

BS-142 Electrical protective relays

IS-722 Energy meters

IS-13010 Watt hour meter

IS-1248 Electrical indicating instrument

Section-14: Relay and Protection Panel With Automation Page 2 of 32


IS-6875 Control switches

IEC-337 and 3371 Control switches LV switching device for control


and auxiliary circuits
IS-2605 Auxiliary current transformers

IS-3165 Auxiliary potential transformers

IS-1554 part-I PVC insulated cables up to & including 1100V.

IS-2208 HRC cartridge fuses links up to 650V.

IS-8828 MCB’s

IS-2516 Circuit breaker

2. CONSTRUCTIONAL FEATURES

2.1 Simplex panel shall consist of a vertical front panel with equipment mounted thereon and
having wiring access from front for control & relay panels. In case of panel having width
more than 800mm, double leaf-doors shall be provided. Doors shall have handles with
either built-in locking facility or will be provided with pad-lock.

2.2 Relay panels shall be of simplex type design as indicated. It is the responsibility of the
Contractor to ensure that the equipment specified and such unspecified
complementary equipment required for completeness of the protective/control
schemes is properly accommodated in the panels without congestion and if
necessary, provide panels with larger dimensions. No price increase at a later date
on this account shall be allowed. However, the width of panels that are being
offered to be placed in LCC/control rooms, should be in conformity with the space
availability in the LCC/control room.

2.3 Panels shall be completely metal enclosed and shall be dust, moisture and vermin proof.
The enclosure shall provide a degree of protection not less than IP-42.

2.4 Panels shall be free standing, floor mounting type and shall comprise structural
frames completely enclosed with specially selected smooth finished, cold rolled
sheet steel of thickness not less than 3 mm for weight bearing members of the
panels such as base frame, front sheet and door frames, and 2.0 mm for sides, door, top
and bottom portions. There shall be sufficient reinforcement to provide level transportation
and installation.

2.5 All doors, removable covers and panels shall be gasketed all around with synthetic rubber
gaskets Neoprene/EPDM generally conforming with provision of IS 11149. However,
XLPE gaskets can also be used for fixing protective glass doors. Ventilating louvers,
if provided shall have screens and filters. The screens shall be made of either brass or GI
wire mesh.

2.6 Design, materials selection and workmanship shall be such as to result in neat
appearance, inside and outside with no welds, rivets or bolt head apparent from outside,
with all exterior surfaces tune and smooth.

2.7 Panels shall have base frame with smooth bearing surface, which shall be fixed on
the embedded foundation channels/insert plates. Anti vibration strips made of shock
absorbing materials which shall be supplied by the contractor, shall be placed

Section-14: Relay and Protection Panel With Automation Page 3 of 32


between panel & base frame.

2.8 Cable entries to the panel shall be from the bottom. The bottom plate of the panels shall be
fitted with removable gland plates of adequate size for fixing the cable gland. Necessary
number of cable glands made of brass (electroplated) of size to suit purchaser's external
cables to the panels shall be supplied. Cable glands shall be screw type and made of brass
and shall be suitable for PVC armoured cable. Cable gland plate fitted on the bottom of the
panel shall be connected to earthing of the panel/station through a flexible braided copper
conductor rigidly.

2.9 Relay panels of modern modular construction would also be acceptable.

2.10 Synchronising sockets shall be provided on panel wherever applicable.

3.0 MOUNTING

3.1 All equipment on and in panels shall be mounted and completely wired to the
terminal blocks ready for external connections. The equipment on front of panel shall be
mounted flush. No equipment shall be mounted on the doors.

3.2 Equipment shall be mounted such that removal and replacement can be
accomplished individually without interruption of service to adjacent devices and are
readily accessible without use of special tools. Terminal marking on the equipment shall
be clearly visible.

3.3 The Contractor shall carry out cut out, mounting and wiring of the free issue items
supplied by others which are to be mounted in his panel in accordance with the
corresponding equipment manufacturer's drawings. Cut outs if any, provided for future
mounting of equipment shall be properly blanked off with blanking plate.

3.4 The centre lines of switches, push buttons and indicating lamps shall be not less
than750mm from the bottom of the panel. The centre lines of relays, meters and
recorders shall be not less than 450mm from the bottom of the panel.

3.5 The centre lines of switches, push buttons and indicating lamps shall be matched to give
a neat and uniform appearance. Like wise the top lines of all meters, relays and recorders
etc. shall be matched.

3.6 No equipment shall be mounted on the doors.

3.7 All equipment connections and cabling shall be designed and arranged to minimize the
risk of fire and damage which may be caused by fire.

3.8 Provision shall be made in the panel for earthing the panels and mountings.

4.0 PANEL INTERNAL WIRING

4.1 Panels shall be supplied complete with interconnecting wiring provided between all
electrical devices mounted and wired in the panels and between the devices and terminal
blocks for the devices to be connected to equipment outside the panels. When panels are
arranged to be located adjacent to each other all inter panel wiring and
connections between the panels shall be furnished and the wiring shall be carried out
internally.

4.2 All wiring shall be carried out with 1100V grade, single core, stranded copper
conductor wires with PVC insulation and shall be FRLS type. The minimum size of the
multi-stranded copper conductor used for internal wiring shall be as follows:

Section-14: Relay and Protection Panel With Automation Page 4 of 32


• All circuits except current transformer circuits and voltage transformer
circuits – one 1.5mm sq. per lead.
• All current transformer circuits one 2.5 sq.mm lead.
• Voltage transformer circuit (for energy meters): Two 2.5 mm sq. per
lead.

4.3 All internal wiring shall be securely supported, neatly arranged, readily accessible and
connected to equipment terminals and terminal blocks. Wiring gutters & troughs shall be
used for this purpose where necessary, while terminating wiring at equipment/terminal
blocks the wiring shall be securely bunched so that the position of each individual
connection wire does not get disturbed when disconnected from equipment terminals.

4.4 Auxiliary bus wiring for AC and DC supplies, voltage transformer circuits,
annunciation circuits and other common services shall be provided near the top of the
panels running throughout the entire length of the panels.

4.5 Wire termination shall be made with solder less crimping type and tinned copper lugs,
which firmly grip the conductor. Insulated sleeves shall be provided at all the wire
terminations. Engraved core identification plastic ferrules marked to correspond with
panel wiring diagram shall be fitted at both ends of each wire. Ferrules shall fit tightly
on the wire and shall not fall off when the wire is disconnected from terminal
blocks. All wires directly connected to trip circuit breaker or device shall be
distinguished by the addition of red coloured unlettered ferrule.

4.6 Longitudinal troughs extending throughout the full length of the panel shall be preferred
for inter panel wiring. Inter-connections to adjacent panel shall be brought out to a
separate set of terminal blocks located near the slots of holes meant for taking the inter-
connecting wires.

4.7 Contractor shall be solely responsible for the completeness and correctness of the internal
wiring and for the proper functioning of the connected equipments.

4.8 The control scheme shall incorporate necessary isolating device for easy testing and
isolation of faults in the control and signaling circuits.

4.9 The colour coding for wiring inside the panel shall be as follows:

a) Earth: Green
b) Neutral: Black
c) Phases: Red, Yellow, Blue

5.0 TERMINAL BLOCKS

5.1 All internal wiring to be connected to external equipment shall terminate on terminal
blocks. Terminal blocks shall be 1100 V grade and have 10 Amps. Continuous
rating, moulded piece, complete with insulated barriers, stud type terminals, washers, nuts
and lock nuts. Markings on the terminal blocks shall correspond to wire number and
terminal numbers on the wiring diagrams. All terminal blocks shall have shrouding with
transparent unbreakable material.

5.2 Disconnecting type terminal blocks for current transformer and voltage transformer
secondary leads shall be provided. Also current transformer secondary leads shall be
provided with short circuiting and earthling facilities.

5.3 Terminal blocks shall be fully enclosed with easily removable covers and made of
moulded non-inflammable plastic material. The terminal block shall have marking strips
and all terminals shall be clearly marked with identification number or letters to facilitate

Section-14: Relay and Protection Panel With Automation Page 5 of 32


connection to the external wiring.

5.4 At least 20% spare terminals shall be provided on each panel and these spare terminals
shall be uniformly distributed on all terminal blocks.

5.5 Unless otherwise specified, terminal blocks shall be suitable for connecting the
following conductors of external cable on each side.

• All CT & PT circuits: minimum of two of 2.5mm Sq. copper.


• All other circuits: minimum of one of 2.5mm Sq. Copper.

5.6 There shall be a minimum clearance of 250mm between the first row of terminal blocks
and the associated cable gland plate or panel side wall. Also the clearance between two
rows of terminal blocks edges shall be minimum of 150mm.

5.7 Arrangement of the terminal block assemblies and the wiring channel within the enclosure
shall be such that a row of terminal blocks is run in parallel and close proximity along
each side of the wiring-duct to provide for convenient attachment of internal panel wiring.
The side of the terminal block opposite the wiring duct shall be reserved for the
Owner's external cable connections. All adjacent terminal blocks shall also share this field
wiring corridor. All wiring shall be provided with adequate support inside the panels to
hold them firmly and to enable free and flexible termination without causing strain on
terminals.

5.8 The number and sizes of the Owner's multi core incoming external cables will be furnished
to the Contractor after placement of the order. All necessary cable terminating
accessories such as gland plates, supporting clamps & brackets, wiring troughs and gutters
etc. (except glands & lugs) for external cables shall be included the scope of supply.

6.0 PAINTING

6.1 All sheet steel work shall be phosphated in accordance with the IS: 6005 "Code of practice
for phosphating iron and steel".

6.2 Oil, grease, dirt and swarf shall be thoroughly removed by emulsion cleaning.

6.3 Rust and scale shall be removed by pickling with dilute acid followed by washing
with running water rinsing with a slightly alkaline hot water and drying.

6.4 After phosphating, thorough rinsing shall be carried out with clean water followed by final
rinsing with dilute dichromate solution and oven drying.

6.5 The phosphate coating shall be sealed with application of two coats of ready mixed, stoved
type zinc chromate primer. The first coat may be "flash dried" while the second coat shall
be stoved.

6.6 After application of the primer, two coats of finishing synthetic enamel paint shall
be applied, each coat followed by stoving. The second finishing coat shall be applied after
inspection of first coat of painting. The exterior colour of paint shall be of a slightly
different shade to enable inspection of the painting.

6.7 A small quantity of finished paint shall be supplied for minor touching up required at site
after installation of the panels.

6.8 The finished painted surface of panels shall present aesthetically pleasing appearance free
from dents and even surface.

Section-14: Relay and Protection Panel With Automation Page 6 of 32


6.9 In case the bidder proposes to follow any other established painting procedure like
electrostatic painting , the procedure shall be submitted for DTL’s review and
approval.

7.0 NAME PLATES AND MARKINGS

7.1 All equipment mounted on front and rear side as well as equipment mounted
inside the panels shall be provided with individual name plates with equipment
designation engraved. Also on the top of each panel on front as well as rear side, large and
bold nameplates shall be provided for circuit/feeder designation.

7.2 All front mounted equipment shall also be provided at the rear with individual name plates
engraved with tag numbers corresponding to the one shown in the panel internal wiring to
facilitate easy tracing of the wiring.

7.3 All relays and other devices shall be clearly marked with manufacturer's name,
manufacturer's type, serial number and electrical rating data.

7.4 Name Plates shall be made of non-rusting metal or 3 ply lamicoid. Name plates shall have
white engraving letters on black or dark blue background. The labels designation and the
size of the lettering the labels shall be subject to approval of the purchaser.

7.5 Each switch shall bear clear inscription identifying its function e.g. 'BREAKER' '52A',
"SYNCHRONISING" etc. Similar inscription shall also be provided on each device whose
function is not other-wise identified. If any switch device does not bear this inscription
separate name plate giving its function shall be provided for it. Switch shall also have clear
inscription for each position indication e.g. "Trip- Neutral-Close", "ON-OFF", "R-Y-B-
OFF" etc.

7.6 All the panels shall be provided with name plate mounted inside the panel bearing LOA
No & Date, Name of the Substation & feeder and reference drawing number.

8.0 MISCELLANEOUS ACCESSORIES

8.1 Plug Point: 240V, Single phase 50Hz, AC socket with switch suitable to accept 5 Amps
and 15 Amps pin round standard Indian plug, shall be provided in the interior of
each cubicle with ON-OFF switch.

8.2 Interior Lighting: Each panel shall be provided with a fluorescent lighting fixture rated
for 240 Volts, single phase, 50 Hz supply for the interior illumination of the panel
controlled by the respective panel door switch.

8.3 Switches and Fuses: Each panel shall be provided with necessary arrangements
for receiving, distributing and isolating of DC and AC supplies for various control,
signaling, lighting and space heater circuits. The incoming and sub-circuits shall be
separately provided with miniature circuit breakers (MCB). Selection of the main and
sub-circuit MCB rating shall be such as to ensure selective clearance of sub-circuit
faults. MCBs shall confirm to IS: 13947. Each MCB shall be provided with one potential
free contact and the same shall be wired for annunciation purpose. MCBs shall have
imprints of the 'rating' and 'voltage'.

8.4 Space Heater: Each panel shall be provided with a space heater rated for 240V, single
phase, 50 Hz AC supply for the internal heating of the panel to prevent condensation of
moisture. The fittings shall be complete with switch unit.

Section-14: Relay and Protection Panel With Automation Page 7 of 32


8.5 ENERGY METERS: - ABT meters (Microprocessor-based 3 Phase, 4 wire bi
directional TriVector meter) of 0.2 accuracy class with open communication protocol
(DLMS) of reputed make shall be supplied for each line protection panel and transformer
panel for metering purpose. They shall be type tested as per IS / IEC. Details of the same
shall be submitted to the Employer.

9.0 EARTHING

9.1 All panels shall be equipped with an earth bus securely fixed. Location of earth bus shall
ensure no radiation interference for earth systems under various switching conditions
of isolators and breakers. The material and the sizes of the bus bar shall be at least 25 X 6
sq. mm perforated copper with threaded holes at a gap of 50mm with a provision of bolts
and nuts for connection with cable armours and mounted equipment etc for
effective earthing. When several panels are mounted adjoining each other, the earth bus
shall be made continuous and necessary connectors and clamps for this purpose shall be
included in the scope of supply of Contractor. Provision shall be made for extending the
earth bus bars to future adjoining panels on either side.

9.2 Provision shall be made on each bus bar of the end panels for connecting
Substation earthing grid. Necessary terminal clamps and connectors for this purpose shall
be included in the scope of supply of Contractor.

9.3 All metallic cases of relays, instruments and other panel mounted equipment
including gland plate, shall be connected to the earth bus by copper wires of size not less
than 2.5 sq. mm. The colour code of earthing wires shall be green. Earthing wire shall be
connected on terminals with suitable clamp connectors and soldering shall not be
permitted.

9.4 Looping of earth connections which would result in loss of earth connection to
other devices when the loop is broken, shall not be permitted. Earthing may be done in
such a manner that no circulating current shall flow in the panel.

9.5 VT and CT secondary neutral or common lead shall be earthed at one place only at the
terminal blocks where they enter the panel. Such earthing shall be made through links so
that earthing may be removed from one group without disturbing continuity of
earthing system for other groups.

9.6 An electrostatic discharge point shall be provided in each panel connected to earth bus via
1 Mega Ohm resistor.

10.0 RELAYS

10.1 All relays shall conform to the requirements of IS:3231/IEC-60255/IEC 61000 or


other applicable standards. Relays shall be suitable for flush or semi-flush mounting on
the front with connections from the rear.

10.2 All main protective relays shall be of numerical type and communication protocol shall be
as per IEC 61850. Further, the test levels of EMI as indicated in IEC 61850 shall be
applicable to these. All the relays shall be directly connected to the inter bay bus using
fiber optic cables and shall support peer to peer communication. The relay shall generate
GOOSE message as per IEC 61850 standards for interlocking and shall also ensure
interoperability with 3rd Party relays. Each relay shall also generate an ICD file in XML
format for engineering / integration to a vendor independent SCADA System. The relays
should have a port for local communication for relay settings, modifications etc.

10.3 All the relays should have time synchronization facility and shall be connected with
existing time synchronizing equipment available with DTL, with the available signals like

Section-14: Relay and Protection Panel With Automation Page 8 of 32


PPS, PPM, IRIG-B, potential free contact etc.

10.4 All protective relays shall be in draw out or plug-in type/modular cases with proper testing
facilities. Necessary test plugs/test handles shall be supplied loose and shall be included in
contractor's scope of supply.

10.5 All AC operated relays shall be suitable for operation at 50 Hz. AC Voltage operated
relays shall be suitable for 110 Volts VT secondary and current operated relays for
1 amp CT secondary. All DC operated relays and timers shall be designed for the
DC voltage specified, and shall operate satisfactorily between 80% and 110% of
rated voltage. Voltage operated relays shall have adequate thermal capacity for
continuous operation.

10.6 The protective relays shall be suitable for efficient and reliable operation of the protection
scheme described in the specification. Necessary auxiliary relays and timers required for
interlocking schemes for multiplying of contacts suiting contact duties of protective relays
and monitoring of control supplies and circuits, lockout relay monitoring circuits
etc. also required for the complete protection schemes described in the specification
shall be provided. All protective relays shall be provided with at least two pairs
of potential free isolated output contacts. Auxiliary relays and timers shall have pairs of
contacts as required to complete the scheme; contacts shall be silver faced with spring
action. Relay case shall have adequate number of terminals for making potential free
external connections to the relay coils and contacts, including spare contacts. Relay case
size shall be chosen so as not to introduce any limitation on the use of available contacts of
the relay.

10.7 All protective relays, auxiliary relays and timers except the lock out relays, master relay
and interlocking relays specified shall be provided with self-reset type contacts. All
protective relays and timers shall be provided with externally hand reset positive action
operation indicators with inscription. All protective relays which do not have built-in
hand-reset operation indicators shall have additional auxiliary relays with operating
indicators (Flag relays) for this purpose. Similarly, separate operating indicator
(auxiliary relays) shall also be provided in the trip circuits of protections located
outside the board such as Buchholz relays, oil and winding temperature protection, sudden
pressure devices, fire protection etc.

10.8 Timers shall be electronic/digital or software base timer. Time delay in terms of
milliseconds obtained by the external capacitor resistor combination is not preferred and
shall be avoided .

10.9 No control relay which shall trip the power circuit breaker when the relay is de-energised
shall be employed in the circuits.

10.10 Provision shall be made for easy isolation of trip circuits of each relay for the purpose of
testing and maintenance.

10.11 Auxiliary seal-in-units provided on the protective relays shall preferably be of shunt
reinforcement type. If series relays are used the following shall be strictly ensured

(a) The operating time of the series seal-in-unit shall be sufficiently shorter than that of
the trip coil or trip relay in series with which it operates to ensure definite operation
of the flag indicator of the relay.

(b) Seal-in-unit shall obtain adequate current for operation when one or more relays
operate simultaneously.

(c) Impedance of the seal-in-unit shall be small enough to permit satisfactory operation

Section-14: Relay and Protection Panel With Automation Page 9 of 32


of the trip coil on trip relays when the D.C. Supply Voltage is minimum.

(d) Trip-circuit seal-in is required for all trip outputs, irrespective of the magnitude of
the interrupted current. The trip-circuit seal-in logic shall not only seal-in the
trip output(s),but also the relevant initiation signals to other scheme functions,
(e.g. initiate signals to the circuit-breaker failure function, reclosing function etc.),
and the alarm output signals.

(e) Two methods of seal-in are required, one based on the measurement of AC
current, catering for those circumstances for which the interrupted current is above a
set threshold, and one based on a fixed time duration, catering for those
circumstances for which the interrupted current is small (below the set threshold).

(f) For the current seal-in method, the seal-in shall be maintained until the
circuit-breaker opens, at which time the seal-in shall reset and the seal-in method
shall not now revert to the fixed time duration method. For this seal-in method,
the seal-in shall be maintained for the set time duration. For the line protection
schemes, this time duration shall be independently settable for single- and three-pole
tripping.

(g) Seal-in by way of current or by way of the fixed duration timer shall occur
irrespective of whether the trip command originates from within the main protection
device itself (from any of the internal protection functions), or from an
external device with its trip output routed through the main protection device
for tripping. Trip-circuit seal-in shall not take place under sub-harmonic conditions
(e.g. reactor ring down).

10.12 All protective relays and alarm relays shall be provided with one extra isolated
pair of contacts wired to terminals exclusively for future use.

10.13 Any alternative/additional protections or relays considered necessary for providing


complete effective and reliable protection shall also be offered separately. The acceptance
of this alternative/ additional equipment shall lie with the DTL.

10.14 The bidder shall include in his bid a list of installations where the relays quoted have been
in satisfactory operation.

10.15 All devices required for correct operation of each relay shall be provided. The supplier
shall ensure that all terminals and the contacts of the relays are readily brought out for
connections as required in the final approval scheme. The type of the relay case size
offered shall not create any restriction on the availability of contact terminals for wiring
connections.

10.16 All relays and their drawings shall have phase indications as R-Red, Y-Yellow, B-blue.

10.17 For numerical relays, the scope shall include the following:

a) Necessary software and hardware to up/down load the data to/from the relay
from/to the personal computer installed in the substation. However, the supply of PC
is not covered under this clause. The copy of software (2 Nos.) is to be supplied to
protection department & substation under execution.

b) The relay shall have suitable communication facility for future connectivity to SCADA.
The relay shall be capable of supporting IEC 61850 protocol.

c) Manuals for all relays (both Soft & Hard copy) and Computer manuals are to be supplied
at every sub-station and 4 copies in Protection department and one copy each in Planning

Section-14: Relay and Protection Panel With Automation Page 10 of 32


department and C&MM department. 2 nos. copies of complete system files after testing &
commissioning is to be supplied to protection department & substation under execution.

11.0 TRANSMISSION LINE PROTECTION


11.1 The line protection relays are required to protect the line and clear the faults on line within
shortest possible time with reliability, selectivity and full sensitivity to all type of faults on
lines. The general concept is to have two fast operating distance protection scheme
preferably with two different make for 400 kV system. In case of 220 kV system, one fast
operating distance & one fast operating current differential protection scheme be adopted.
The Main-I and Main-II will generally be operated from signal from different cores of line
VT. In case line VT is out due to any reason manual selection for Bus VT will be made.
The Main-I and Main-II protections having equal performance requirement specially in
respect of time as called for Main-I and Main-II for 400 & 220KV transmission lines. In
case of 220KV O/H lines and XLPE cables Distance protection will be used as Main-I
whereas the current differential protection will be used as Main-II protection. For 220 kV
XLPE cable auto reclosing feature is not required whereas for 220 kV O/H lines auto
reclosing feature is required. For current differential protection, the current differential
relay at both ends should match with each other. The general concept is to have Main
(distance protection) and back up protection for 66 kV & 33 kV line feeders. The supply
of remote end differential relay is in the scope of bidder. The installation and integration of
relay of existing remote end in panel/SAS shall be in the scope of bidder.
Communication is direct relay to relay communication through single mode FO cable. FO
cable inside the substation and FODB alongwith patch chord at local end remote ends are
in bidder’s scope.

11.2 The Transmission system for which the line protection equipment are required is shown in
the reference drawing/document(s). The length of lines and the line parameters (Electrical
Constants) shall be provided during detailed engineering.

11.3 The maximum fault current could be as high as 40 kA for 400 kV and 220 kV system and
31.5 KV for 66 KV and 33 kV, but the minimum fault current could be as low as 20%
of rated current of CT secondary. The starting & measuring relays characteristics
should be satisfactory under these extremely varying conditions.

11.4 The protective relays shall be suitable for use with capacitor voltage transformers having
non-electronic damping and transient response as per IEC.

11.5 Disturbance Recorder, Distance to fault Locator and Over voltage relay (stage -1)
functions if offered as an integral part of line protection relay, shall be acceptable
provided these meet the technical requirements as specified in the respective clauses.

11.6 Auto reclose relay function if offered as an integral part of line distance protection relay,
shall be acceptable provided the auto reclose relay feature meets the technical
requirements as specified in the respective clause.

11.7 The following protections shall be provided for each of the Transmission lines:
For 400 KV
Main-I: Numerical distance protection scheme (with back up IDMT earth fault
protection)
Main-II: Numerical distance protection scheme (with back up IDMT earth fault
protection) of a different make from that of Main-I
For 220KV
Main-I: Numerical distance protection scheme (with back up IDMT earth
fault protection)
Main-II: Line current differential protection scheme
For 66KV & 33 KV
Main: Numerical distance protection scheme

Section-14: Relay and Protection Panel With Automation Page 11 of 32


Back up: Directional over current and Earth fault Protection

11.8 The detailed description of the above line protections is given here under:
11.8.1 Numerical Distance Protection scheme:
(a) Shall be numerical type and shall have continuous self monitoring and diagnostic
feature.

(b) Shall be non-switched type with separate measurements for all phase to phase and
phase to ground faults.

(c) Shall have stepped time-distance characteristics five independent zones.

(d) Shall have quadrilateral or Polygonal shaped characteristics.

(e) Shall have following maximum operating time (including trip relay time ,
if any) under given set of conditions and with CVT being used on line
(with all filters included).

i) for 400 KV & 220 KV lines:

Descriptions For 400kV & 220 kV


Source to Impedance ratio 4
Relay setting (Ohms) 10 or 20
Fault Locations (as % of relay setting) 50
Fault resistance (Ohms) 0
Maximum operating time (Milliseconds) 40 for all faults

ii) for 66 kV & 33 kV lines:


For 66 kV & 33 kV lines maximum operating time is 45 ms for 3 ph. Faults &
60 ms for all other faults

(f) The relay shall have an adjustable characteristics angle setting range of 30 -85
degree or shall have independent resistance (R) and reactance (X) setting.

(g) Shall have independent time setting range of 0-5 sec for all five zones.

(h) Shall have resetting time of less than 55 milli-seconds (including the resetting time
of trip relays).

(i) Shall have variable residual compensation.

(j) Shall have memory circuits with defined characteristics in all three phases to
ensure correct operation during close-up 3-phase faults and other adverse
conditions and shall operate instantaneously when circuit breaker is closed to
zero-volt 3 phase fault.
(k) Shall have weak end in-feed feature.

(l) Shall be suitable for single and three phase tripping.

(m) Shall have a continuous current rating of two times of rated current. The voltage
circuit shall be capable of operation at 1.2 times rated voltage. The relay shall also
be capable of carrying a high short time current of 70 times rated current without
damage for a period of 1 sec.

(n) Shall be provided with necessary self reset type trip duty contacts for completion
of the scheme (Minimum number of these trip duty contacts shall be four per

Section-14: Relay and Protection Panel With Automation Page 12 of 32


phase) through built in high speed trip relays. Making capacity of these trip
contacts shall be 30 Amp for 0.2 seconds with an inductive load of L/R > 10 mill
seconds.

(o) Shall be suitable for use in permissive under reach / over reach /blocking
communication mode.

(p) Shall have suitable number of potential free contacts for Inter Tripping, Auto
reclosing, CB failure, Event Logger, Disturbance recorder & Data acquisition
system.

(q) Include power swing blocking protection which shall


• Have suitable setting range to encircle the distance protection described
above.
• Block tripping during power swing conditions.
• Release blocking in the event of actual fault

(r) Include fuse failure protection which shall


• Monitor all the three fuses of V.T. and associated cable against open
circuit.
• Inhibit trip circuits on operation and initiate annunciation.
• Have an operating time less than 7 milliseconds
• Remain inoperative for system earth faults

(s) Include a directional back up Inverse Definite Minimum Time (IDMT ) earth fault
relay with normal inverse characteristics as per IEC 60255-3 as a built in feature

(t) Must have a current reversal guard feature. Must also have module for Tx and Rx
for interconnection with other end relay through fibre optic cable. Relay must be
able to send and receive three independent codes.

(u) Must have SOTF (Switch on to Fault) feature

11.8.2 Numerical Line Current Differential Scheme:

(a) Shall be phase segregated current line differential protection scheme.

(b) For overhead lines and cables for short length for primary ckt.
(c) Shall have high sensitivity for differential current below the minimum line loading
of 20%.

(d) Suitable for single and three phase tripping.

(e) Shall be suitable for different CT ratio of the CTs provided at the terminals of the
line.

(f) Shall be non-operative for transient cable/line charging current without affecting
the sensitivity of the relay.

(g) Shall have high stability for high through fault currents.

(h) Shall have measurement of delay time to remote line terminals for dynamic
compensation of delay in differential measurement.

(i) Shall have CT Secondary current supervision.

(j) Shall have Continuous self monitoring and diagnostic feature.


Section-14: Relay and Protection Panel With Automation Page 13 of 32
(k) Potential free binary contacts shall be wired as per requirement for Inter Tripping,
Auto reclosing, direct trip, CB failure, Disturbance recorder & Data acquisition
system (These contacts are included in the total no of contacts).
(l) Shall have facility for selecting synchronizing or dead line charging features.

(m) Shall be based on IEC 61850 and should be communicable through direct fiber
optic as well as through multiplexers.

(n) Shall be suitable for Direct inter tripping.

(o) Measurement:

The relay shall have the following measurements:


Local and remote phase current
Local neutral current
Phase bias and differential currents.
Sequence currents.
Thermal state.

The relay shall provide protection signaling supervision indicating the following
parameters:

Channel propagation delay.


Channel status.
Number of valid and error messages.

(p) In Case of communication failure, relay shall work as Numerical Distance


Protection scheme with all features mentioned in Distance relay specifications.

11.8.3 Numerical Back-up directional Over Current and Earth fault protection scheme with
high set feature
(a) Shall have three over current and one earth fault element(s) which shall be either
independent or composite unit(s).

(b) The scheme shall include necessary VT fuse failure relays for alarm purposes

(c) Over current relay shall

• Have directional IDMT characteristic with a definite minimum time of 3.0


seconds at 10 times setting and have a variable setting range of 50-200% of
rated current.
• have low transient, over reach high set instantaneous unit of
continuously variable setting range 100-2000 % of rated current.
• Have a characteristic angle of 30/45 degree .
• Include self / electrical reset flag indicators or LEDs.

(d) Earth fault relay shall

• Have directional IDMT characteristic with a definite minimum time of 3.0


seconds at 10 times setting and have a variable setting range of 20-80% of
rated current
• Have low transient, over reach high set instantaneous unit of continuously
variable setting range 10-1000 % of rated current.
• Have a characteristic angle of 45/60 degree lag.
• Include self/ electrical reset flag indicators or LEDs.
• Have internal feature in the relay for open delta voltage to the relay.

Section-14: Relay and Protection Panel With Automation Page 14 of 32


11.8.4 All trip relays used in transmission line protection scheme shall be of self/electrical
reset type depending on application requirement.

12.0 Circuit Breaker Protection

This shall include following function:

12.1 AUTO RECLOSING RELAY shall be separate from Main-I and Main-II protection.
However, auto reclose as inbuilt function of bay controller unit (BCU) provided for
substation automation is acceptable. The auto reclose shall

(a) Have single phase or/and three phase reclosing facilities.

(b) Have a continuously variable single phase dead time range of 0.1-2 seconds.

(c) Have a continuously variable three phase dead time range of 0.1-2 seconds.
(d) Have a continuously variable reclaim time range of 5-25 seconds.

(e) Have facilities for selecting check synchronizing or dead line charging features. It
shall be possible at any time to change the required feature by reconnection
of links.

(f) Have priority circuit to closing of both circuit breakers in case one and half/double
breaker arrangements for 400 kV to allow sequential closing of breakers

(g) Include check synchronizing relay which shall

• Have a time setting continuously variable between 0.5-5 seconds with a


facility of additional 10 seconds.

• Have a response time within 200 milli seconds with the timer disconnected.

• Have a phase angle setting not exceeding 35 degree

• Have a voltage difference setting not exceeding 10%

(h) Include dead line charging relay which shall

• Have two sets of relays and each set shall be able to monitor the
three phase voltage where one set shall be connected to the line CVTs
with a fixed setting of 20% of rated voltage and the other set shall be
connected to the bus CVTs with a fixed setting of 80% of rated voltage.

• Incorporate necessary auxiliary relays and timers to give comprehensive


scheme.

12.2 LOCAL BREAKER BACK-UP PROTECTION SCHEME shall

(a) Be triple pole type

(b) Have an operating time of less than 15 milli seconds

(c) Have a resetting time of less than 15 milli seconds

(d) Have three over current elements

Section-14: Relay and Protection Panel With Automation Page 15 of 32


(e) be arranged to get individual initiation from the corresponding phase of main
protections of line for each over current element. However, common three
phase initiation is acceptable for other protections and transformer /reactor
equipment protections.

(f) Have a setting range of 20-80% of rated current

(g) have a continuous thermal withstand two times rated current irrespective of
the setting

(h) Have a timer with continuously adjustable setting range of 0.1-1 seconds.

(i) Have necessary auxiliary relays to make a comprehensive scheme.

(j) Be suitable for 220 V DC supply.

12.3 TRIP CIRCUIT SUPERVISION RELAY

(a) The relay shall be capable of monitoring the healthiness of each 'phase' trip-
coil and associated circuit of circuit breaker during 'ON' and 'OFF' conditions.

(b) The relay shall have adequate contacts for providing connection to alarm and event
logger.

(c) The relay shall have time delay on drop-off of not less than 200 milli seconds and
be provided with operation indications for each phase.

13.0 LINE OVER VOLTAGE PROTECTION RELAY shall

(a) monitor all three phases

(b) have two independent stages and stage- 1 & II relay are acceptable as built in
with line distance relays Main I & II respectively .

(c) have an adjustable setting range of 100-170% of rated voltage with an adjustable
time delay range of 1 to 60 seconds for the first stage.

(d) Have an adjustable setting range of 100-170% of rated voltage with a time delay of
100-200 milliseconds for the second stage.

(e) be tuned to power frequency

(f) Provided with separate operation indicators (flag target) for each stage relays.

(g) Have a drop-off to pick-up ratio greater than 95%.

(h) provide separate output contacts for each 'Phase' and stage for breaker trip relays,
event logger and other scheme requirements.

14.0 TRANSFORMER PROTECTION

14.1 Transformer differential protection scheme shall

(a) Be triple pole type, with faulty phase identification/ indication

(b) have an operating time not greater than 30 milli seconds at 5 times the rated
current .

Section-14: Relay and Protection Panel With Automation Page 16 of 32


(c) Have three instantaneous high set over-current units.

(d) Have an adjustable bias setting range of 20-50%


(e) Be suitable for rated current of 1 Amp.

(f) have second harmonic or other inrush proof features and also should be stable
under normal over fluxing conditions. Magnetising inrush proof feature shall not be
achieved through any intentional time delay e.g. use of timers to block relay
operation or using disc operated relays

(g) Have an operating current setting of 15% or less

(h) include necessary separate interposing current transformers for angle and
ratio correction or have internal feature in the relay to take care of the angle
& ratio correction

(i) shall be numerical type and shall have continuous self monitoring and diagnostic
feature.

(j) have a disturbance recording feature to record graphic form of instantaneous


values of current in all three windings in nine analogue channels in case of 400kv
class and above transformers and 6 analogue channels for lower voltage
transformers , during faults and disturbances for the pre fault and post fault period.
The disturbance recorder shall have the facility to record the following
external digital channel signals apart from the digital signals pertaining to
differential relay.

i. REF protection operated


ii. HV breaker status
iii. LV breaker status
iv. Buchholz /OLTC Buchholz alarm / trip
v. WTI/OTI/PRD alarm/trip of transformer

Necessary hardware and software for down loading the data captured by disturbance
recorder to the personal computer or work station available in the substation shall be
included in the scope.

14.2 Over fluxing protection Relays shall

(a) Operate on the principle of Voltage to frequency ratio and shall be phase to
phase connected

(b) Have inverse time characteristics, matching with transformer over fluxing withstand
capability curve.

(c) Provide an independent 'alarm' with the time delay continuously adjustable
between 0.1 to 6.0 seconds at values of 'v/f' between 100% to 130% of rated
values.

(d) Tripping time shall be governed by 'v/f' Vs. time characteristics of the relay

(e) have a set of characteristics for Various time multiplier settings. The maximum
operating time of the relay shall not exceed 3 seconds and 1.5 seconds at ‘v/f
values of 1.4 and 1.5 times, the rated values, respectively.

(f) Have an accuracy of operating time, better than ±10%.

Section-14: Relay and Protection Panel With Automation Page 17 of 32


(g) Have a resetting ratio of 95 % or better.

(h) Be acceptable as a built in feature of numerical transformer differential relay


14.3 Numerical Restricted Earth Fault Protection shall

(a) Be single pole type

(b) Be of current/voltage operated high impedance type

(c) Have a current setting range of 10-40% of 1 Amp./ have a suitable


voltage setting range.

(d) Be tuned to the system frequency

(e) have suitable non-linear resistor to limit the peak voltage to 1000 Volts.

14.4 Numerical Back-up Over Current and Earth fault protection scheme with high set
feature
(a) Shall have three over current and one earth fault element(s) which shall be either
independent or composite unit(s).

(b) The scheme shall include necessary VT fuse failure relays for alarm purposes
(c) Over current relay shall

• have directional IDMT characteristic with a definite minimum time of 3.0


seconds at 10 times setting and have a variable setting range of 50-200% of
rated current
• have low transient, over reach high set instantaneous unit of
continuously variable setting range 500-2000 % of rated current
• have a characteristic angle of 30/45 degree lead
• include self/ electrical reset flag indicators or LEDs.

(d) Earth fault relay shall

• have directional IDMT characteristic with a definite minimum time of 3.0


seconds at 10 times setting and have a variable setting range of 20-80% of
rated current
• have low transient, over reach high set instantaneous unit of continuously
variable setting range 200-800 % of rated current
• have a characteristic angle of 45/60 degree lag
• include self/ electrical reset flag indicators or LEDs
• include necessary separate interposing voltage transformers or have internal
feature in the relay for open delta voltage to the relay.

14.5 Transformer Overload Protection Relay shall

(a) be of single pole type

(b) be of definite time over-current type

(c) have one set of over-current relay element, with continuously adjustable
setting range of 50%-200% of rated current

(d) Have one adjustable time delay relay for alarm having setting range of 1 to 10.0
seconds, continuously.

Section-14: Relay and Protection Panel With Automation Page 18 of 32


(e) Have a drop-off/pick-up ratio greater than 95%.

(f) be acceptable as built in feature of numerical transformer differential relay


15.0 TRIPPING RELAY
High Speed Tripping Relay shall

(a) Be instantaneous (operating time not to exceed 10 milliseconds).

(b) Reset within 20 milliseconds

(c) Be D.C. operated

(d) have adequate contacts to meet the requirement of scheme, other functions
like auto-reclose relay, LBB relay as well as cater to associated equipment like
event logger, Disturbance recorder, fault Locator, etc.

(e) Be provided with operation indicators for each element/coil.

16.0 FLAG RELAYS


These shall have

(a) self/ electrical reset flag indication

(b) have minimum 4NO and 1 NC or combination as required for each relay.

17.0 DC SUPPLY SUPERIVISION RELAY


(a) The relay shall be capable of monitoring the failure of D.C. supply to which, it is
connected.

(b) It shall have adequate potential free contacts to meet the scheme requirement.

(c) The relay shall have a 'time delay on drop-off' of not less than 100 milliseconds and
be provided with operation indicator/flag.

18.0 BUS BAR PROTECTION (For New & Replacement of Whole Scheme)
18.1 Redundant (1+1) numerical Bus Bar protection scheme for each bus system (Bus1
+Bus2) for 400kV shall be provided. The scheme shall be engineered so as to ensure
that operation of any one out of two schemes connected to main faulty bus shall result
in tripping of the same.

18.2 Single bus bar protection scheme shall be provided for each bus for 220KV voltage level.

18.3 Distributed/ Decentralized bus-bar protection shall be provided. Local Breaker Backup
Protection as inbuilt feature of Bus Bar Protection Relay is acceptable.

18.4 Each Bus Bar protection scheme shall

(a) Have maximum operating time up to trip impulse to trip relay for all types of faults
of 25 milliseconds at 5 times setting value.

(b) Operate selectively for each bus bar

(c) Give hundred percent securities up to 40 KA fault level for 400KV and 220KV

(d) Incorporate continuous supervision for CT secondary against any possible open

Section-14: Relay and Protection Panel With Automation Page 19 of 32


circuit and if it occurs, shall render the relevant zone of protection inoperative and
initiate an alarm

(e) Not give false operation during normal load flow in bus bars.

(f) Incorporate clear zone indication.

(g) Be of phase segregated and triple pole type

(h) Provide independent zones of protection (including transfer bus if any). If the bus
section is provided then each side of bus section shall have separate set of bus bar
protection schemes. Separate relays for separate bus-bar protection scheme so as to
achieve independent protection scheme.

(i) include individual high speed electrically reset tripping relays for each feeder.

(j) Be transient free in operation

(k) include continuous D.C. supplies supervision.

(l) not cause tripping for the differential current below the load current of
heaviest loaded feeder. Bidder shall submit application check for the same.

(m) Shall include necessary C.T. Switching relays wherever C.T. switching is involved
and have 'CT' selection incomplete alarm

(n) Include protection 'IN/OUT' switch for each zone.

(o) shall include trip relays, CT switching relays(if applicable) , auxiliary CTs (if
applicable) as well as additional power supply modules, input modules etc. as may
required to provide a Bus-bar protection scheme for the complete bus
arrangement i.e. for all the bay or breakers under this specification as well as for the
future bays as per the Single line diagram for new substations. However for
extension of bus bar protection scheme (if specified) in existing substations, scope
shall be limited to the bay or breakers covered under this specification. Suitable
panels to mount these are also included in the scope of the work.

(p) Shall have disturbance recorder.

Built-in Local Breaker Backup protection feature as a part of bus bar protection scheme
shall also be acceptable.

18.5 At existing substations, Bus-bar protection scheme with independent zones for each bus
will be available. All necessary co-ordination for 'AC' and 'DC' interconnections between
existing schemes (Panels) and the bays proposed under the scope of this contract shall be
fully covered by the bidder. Any auxiliary relay, trip relay, flag relay and multi tap
auxiliary CTs (in case of biased differential protection) required to facilitate the operation
of the bays covered under this contract shall be fully covered in the scope of the bidder.

(a) The test terminal blocks (TTB) to be provided shall be fully enclosed with
removable covers and made of moulded, non-inflammable plastic material with
boxes and barriers moulded integrally. All terminals shall be clearly marked with
identification numbers or letters to facilitate connection to external wiring. Terminal
block shall have shorting, disconnecting and testing facilities for CT circuits.
18.6 The Bus-bar protection scheme shall be of low impedance and distributed type scheme.

Section-14: Relay and Protection Panel With Automation Page 20 of 32


19.0 DISTURBANCE RECORDER

19.1 Disturbance recorder shall be microprocessor based and shall be used to record the
graphic form of instantaneous values of voltage and current in all three phases,
open delta voltage & neutral current, open or closed position of relay contacts and
breakers during the system disturbances and built in feature of line distance/
line current differential/ transformer current differential / Bus bar protection relay is
acceptable provided the requirements of following clauses are met.

19.2 The disturbance recorder shall consist of individual acquisition units, one for each feeder
and an Evaluation unit which is common for the entire Substation. Whenever, more
than one acquisition units are connected to an Evaluation unit, necessary hardware and
software shall also be supplied for on line transfer of data from all acquisition units to
Evaluation unit. If there are any constraints for one Evaluation unit to accept the data from
number of acquisition units under the present scope, adequate number of Evaluation units
shall be supplied. In case of extension of existing substation(s), one set of Evaluation unit
shall be supplied for each substation where ever disturbance recorders are specified.

19.3 Disturbance recorder shall have 8 analog and 16 digital channels for each feeder.

19.4 Acquisition units shall acquire the fault data for the pre fault and post fault period
and transfer them to Evaluation unit automatically to store in the hard disk. The
acquisition units shall be located in the protection panels of the respective feeders.

19.5 The acquisition unit shall be suitable for inputs from current transformers with 1A rated
secondary and capacitive voltage transformers with 63.5V (phase to neutral voltage)
rated secondary. Any device required for processing of input signals in order to make the
signals compatible to the Disturbance recorder equipment shall form an integral
part of it. However, such processing of input signals shall in no way distort its
waveform.

19.6 The equipment shall be carefully screened, shielded, earthed and protected as may be
required for its safe functioning. Also, the disturbance recorder shall have stable software,
reliable hardware, simplicity of maintenance and immunity from the effects of the hostile
environment of EHV switchyard which are prone to various interference signals typically
from large switching transients.

19.7 The Evaluation unit shall consist of a desktop personal computer (including TFT colour
monitor, mouse and keyboard) and printer. The desktop PC shall be of latest
configuration.

19.8 Necessary software for transferring the data automatically from local evaluation unit to a
remote station and receiving the same at the remote station through owner’s
PLCC/VSAT/LEASED LINE shall be provided.

19.9 Evaluation software shall be provided for the analysis and evaluation of the
recorded data made available in the PC under DOS/WINDOWS environment. The
Software features shall include repositioning of analog and digital signals, selection
and amplification of time and amplitude scales of each analog and digital channel,
calculation of MAX/MIN frequency, phase difference values, recording of MAX/MIN
values etc. of analog channel, group of signal to be drawn on the same axis etc, listing
and numbering of all analog and digital channels and current, voltage, frequency and
phase difference values at the time of fault/tripping. Also, the software should be capable
of carrying out Fourier /Harmonic analysis of the current and voltage wave forms. The
disturbance records shall also be available in COMTRADE format ( IEEE standard-

Section-14: Relay and Protection Panel With Automation Page 21 of 32


Common Format for Transient data Exchange for Power System )

19.10 The Evaluation unit shall be connected to the printer to obtain the graphic form of
disturbances whenever desired by the operator.

19.11 Disturbance recorder acquisition units shall be suitable to operate from 220V DC as
available at sub-station. Evaluation unit along with the printer shall normally be connected
to 240V, single phase AC supply. In case of failure of AC supply, Evaluation unit and
printer shall be switched automatically to the station DC through Inverter of
adequate capacity which shall form a part of Fault recorder system.

19.12 The acquisition unit shall have the following features

(a) Facility shall exist to alarm operator in case of any internal faults in the acquisition
units such as power supply fail, processor / memory fail etc and same shall
be wired to annunciation system.

(b) The frequency response shall be 5 Hz on lower side and 250 Hz or better on upper
side.

(c) Scan rate shall be 1000 Hz/channel or better.

(d) Pre-fault time shall not be less than 100 milliseconds and the post fault time shall
not be less than 2 seconds (adjustable). If another system disturbance occurs during
one post-fault run time, the recorder shall also be able to record the same. However,
the total memory of acquisition unit shall not be less than 5.0 seconds.

(e) The open delta voltage and neutral current shall be derived either through software
or externally by providing necessary auxiliary transformers.

(f) The acquisition unit shall be typically used to record the following digital channels:

1. Main CB R phase open


2. Main CB Y phase open
3. Main CB B phase open
4. Main-1 carrier received
5. Main-1 protection operated
6. Main Auto reclosed operated
7. Over Voltage -Stage-1 /2 operated
8. Stub/ UF protection operated
9. Direct Trip received
10. Main-2 carrier received
11. Main- 2/ Back Up protection operated
12. Bus bar protection operated
13. LBB operated of main circuit breaker
(g) In case the disturbance recorder is in-built part of line distance/ line current
differential/ transformer current differential / Bus bar protection, above digital
channels may be interfaced either externally or internally.

(h) Any digital signal can be programmed to act as trigger for the acquisition
unit. Analog channels should have programmable threshold levels for triggers and
selection for over or under levels should be possible.

19.13 The printer shall be compatible with the desktop PC and shall use Plain paper. The print
out shall contain the Feeder identity, Date and time (in hour, minute and second up to
100th of a second), identity of trigger source and Graphic form of analogue and digital
signals of all the channels. Two packets of paper (500 sheets in each packet) suitable for

Section-14: Relay and Protection Panel With Automation Page 22 of 32


printer shall be supplied.

19.14 Each Disturbance recorder shall have its own time generator and the clock of the time
generator shall be such that the drift is limited to ±0.5 seconds/day, if allowed to
run without synchronization. Further, Disturbance recorder shall have facility to
synchronies its time generator from Time Synchronisation Equipment having output
generator from Time Synchronization Equipment/ GPS having output of following types.

• Voltage signal : (0-5V continuously settable, with 50m Sec. minimum pulse duration
• Potential free contact (Minimum pulse duration of 50 m Sec.).
• IRIG-B
• RS232C
• RJ-45/Ethernet

20.0 DISTANCE TO FAULT LOCATOR

(a) Be electronic or microprocessor based type.

(b) Be 'On-line' type

(c) Be suitable for breaker operating time of 2 cycles

(d) Have built-in display unit

(e) The display shall be directly in percent of line length or kilometers without requiring
any further calculations

(f) have an accuracy of 3% or better for the typical conditions defined for
operating timings measurement of distance relays.

(g) The above accuracy should not be impaired under the following conditions:

• presence of remote end infeed


• predominant D.C. component in fault current
• high fault arc resistance
• severe CVT transients

(h) Shall have mutual zero sequence compensation unit if fault locator is to be used on
double circuit transmission line.

(i) built in feature of line distance relay is acceptable provided the requirements of
above clauses are met.

21.0 TIME SYNCHRONISATION EQUPMENT (if applicable)

21.1 The Time synchronisation equipment shall receive the coordinated Universal
Time (UTC) transmitted through Geo Positioning Satellite System (GPS) and
synchronise equipments to the Indian Standard Time in a substation. For new substation,
supply of GPS time synchronizing equipment is in bidder’s scope.

21.2 Time synchronisation equipment shall include antenna, all special cables and processing
equipment etc.

21.3 It shall be compatible for synchronisation of Event Loggers, Disturbance recorders and
SCADA at a substation through individual port or through Ethernet realised through optic
fibre bus.

Section-14: Relay and Protection Panel With Automation Page 23 of 32


21.4 Equipment shall operate up to the ambient temperature of 50 degree centigrade and
100% humidity.

21.5 The synchronisation equipment shall have 2 micro second accuracy. Equipment shall
give real time corresponding to IST (taking into consideration all factors like voltage, &
temperature variations, propagation & processing delays etc).

21.6 Equipment shall meet the requirement of IEC 60255 for storage & operation.

21.7 The system shall be able to track the satellites to ensure no interruption of
synchronisation signal.

21.8 The output signal from each port shall be programmable at site for either one hour, half
hour, minute or second pulse, as per requirement.

21.9 The equipment offered shall have six (6) output ports. Various combinations of output
ports shall be selected by the customer, during detailed engineering, from the following:

• Voltage signal : Normally 0-5V with 50 milliseconds minimum pulse duration.


In case any other voltage signal required, it shall be decided during detailed
engineering.
• Potential free contact (Minimum pulse duration of 50 milli Seconds.)
• IRIG-B
• RS232C
21.10 The equipment shall have a periodic time correction facility of one second periodicity.

21.11 Time synchronization equipment shall be suitable to operate from 220V DC as available at
Substation.

21.12 Equipment shall have real time digital display in hour, minute, second (24 hour mode) &
have a separate time display unit to be mounted on the top of control panels
having display size of approx. 100 mm height.

22.0 RELAY TEST KIT (If specified in BOQ)

One automatic relay test kit suitable for both steady state and dynamic testing of all types
of relay (voltage, current, frequency, distance and differential)
electromechanical/static/numerical/along with inbuilt HMI/ separate laptop all accessories,
test leads, carrying case etc. shall be supplied by bidder. The make of the test set shall be
approved by DTL before placement of order. It should be suitable for testing of relay
supplied.

23.0 TYPE TESTS

23.1 All equipment and components shall be subjected to routine tests and type tests according
to relevant standards and such other tests as may be required to ensure that all equipment
and component are satisfactory and in accordance with the specification. Any modification
required in the testing procedure shall be made as directed by the purchaser at no
additional cost to the purchaser. No equipment shall be dispatched from the manufacture
works before the relevant tests reports have been approved by the purchaser.

23.2 The reports for following type tests shall be submitted by the bidder for the
Protective relays, Fault locator, Disturbance recorder and Event Logger.

(a) Insulation tests as per IEC 60255-5

(b) High frequency disturbance test as per IEC 60255-4 (Appendix -E) Class III (not

Section-14: Relay and Protection Panel With Automation Page 24 of 32


applicable for electromechanical relays)

(c) Fast transient test as per IEC 1000-4, Level III (not applicable for
electromechanical relays)

(d) Relay characteristics, performance and accuracy test as per IEC 60255

• Steady state Characteristics and operating time


• Dynamic Characteristics and operating time for distance protection relays
and current differential protection relays
• For Disturbance recorder and Event logger only performance tests are
intended under this item.

(e) Tests for thermal and mechanical requirements as per IEC 60255-6

(f) Tests for rated burden as per IEC 60255-6

(g) Contact performance test as per IEC 60255-0-20 (not applicable for Event logger,
Distance to fault locator and Disturbance recorder).

23.3 Steady state & Dynamic characteristics test reports on the distance protection relays, as
type test, shall be based on test programme specified in Appendix A on
simulator/network analyzer/PTL. Alternatively, the files generated using Electromagnetic
transient Programme (EMTP) can also be used for carrying out the above tests. Single
source dynamic tests on transformer differential relay shall be/ should have been
conducted based on general guidelines specified in CIGRE committee 34 report on
Evaluation of characteristics and performance of Power system protection relays and
protective systems.

24.0 CONFIGURATION OF RELAY & PROTECTION PANELS

The following is the general criteria for the selection of the equipments to be provided in
each type of panel.

LINE PROTECTION PANEL

The Line Protection panel for transmission lines shall consist of following relays and
protection schemes.

S.No. Description 400 kV 220kV 66 kV 33 kV


1 Main-1 Numerical Distance protection 1 No. 1 No. 1 No. 1 No.
scheme
2 Main-2 Numerical Distance protection 1 No. NIL NIL NIL
scheme
3 Main-2 Numerical Current Differential NIL 2 Nos.* NIL NIL
protection scheme
4 Over Voltage Protection Scheme 1 No. 1 No. NIL NIL
5 Disturbance Recorder 1 No. 1 No. 1 No. 1 No.
6 Distance to fault Locator 1 No. 1 No. 1 No. 1 No.
7 3 phase Trip Relays 2 Nos 2 Nos 2 Nos 2 Nos
8 Flag relays , carrier receive relays, aux. Lot Lot Lot Lot
Relays timers etc as per scheme
Requirements
9 Under Voltage relay for isolator/earth 2 Nos 2 Nos 2 Nos 2 Nos
switch
10 ABT meters (Microprocessor-based 3 1 No. 1 No. 1 No. 1 No.

Section-14: Relay and Protection Panel With Automation Page 25 of 32


Phase, 4 wire bi directional TriVector
meter) of 0.2 accuracy class with open
communication protocol (DLMS) - 02
nos. (one main & one check meter) along
with TTB
11 Teed protection for 5 CT scheme in one & 2 Nos NIL NIL NIL
half breaker schemes
12 Directional back up Over current and E/F 1 No. NIL 1 No. 1 No.
protection scheme

In a substation where 400kV and 220 KV lines are under the scope of the contract, bidder
is required to give identical Main 1 and main 2 distance/current differential protection scheme for
both voltage levels.

NOTE: The configuration of control and relay panel may be reviewed by the bidder considering
requirements of the different clauses of the NIT document.

* 02 Nos. current differential relays of same make & type, one for local & other for remote end.

TRANSFORMER PROTECTION PANEL

The protection panel for Auto transformer/Transformer shall consists of the following equipments:
S. No. Description HV side MV/LV side
1 Transformer Differential Protection scheme 1 Nos. Nil
2 Restricted Earth fault protection scheme 1 Nos. 1 no@
@ Not applicable for autotransformer
3 Directional back up O/C and E/F relay with non 1 No. 1 No.
directional high set feature
4 Over Fluxing Protection scheme 1 Nos. 1 no.$
$ applicable only for 400/220kV Transformer
5 Overload protection scheme 1 Nos. Nil
6 Three phase trip relays 2 nos. 2 nos.
7 CVT selection relays as per scheme Lot Lot
requirement
8 Flag relays, aux relays, timers etc as per Lot Lot
scheme requirement including transformer
alarms and trip functions
9 ABT meters (Microprocessor-based 3 Phase, 4 wire 1 No. 2 Nos.
bi directional TriVector meter) of 0.2 accuracy class
with open communication protocol (DLMS) along
with TTB

Bus Coupler Protection Panel

A Protection Panel for Bus Coupler shall consist of following equipments:

S. No. Description 400 KV 220 KV 66 KV 33 KV


1 IDMT over current & earth fault relays 1 set 1 set 1 set 1 set
2 DC Supply Supervision Relays 2 Nos. 2 Nos. 2 Nos. 2 Nos.
3 CT Switching Relays (if applicable) 1 set 1 set 1 set 1 set
4 Trip Circuit Supervision Relay 6 nos. 6 nos. 3 nos. 3 nos.
5 Flag Relays, Auxiliary Relays, Timers, Lot Lot Lot Lot
Trip Relays etc. as per scheme requirement
6 PT Fuse Failure Relays 1 set 1 set 1 set 1 set

Section-14: Relay and Protection Panel With Automation Page 26 of 32


BREAKER RELAY PANEL

For 66 & 33 kV system, separate breaker relay panel is not required. However, relay from serial
no. 2 to 5 should be installed on main protection panel (Line/ Transformer). The breaker relay
panel for 400 & 220 kV shall comprise of the following:

Sl. Description With A/R Without A/R


No.
1 Breaker failure Protection Scheme 1 No. 1 No.
2 DC supply Supervision relay 2 Nos. 2 Nos.
3 Trip Circuit supervision relays 6 Nos.# 6 Nos.#
4 Auto reclose scheme with check synchronizing 1 Nos. NIL
and dead line charging relay
5 Flag relays, aux relays, timers, trip Lot Lot
relays as per scheme requirements.

# Trip supervision relays shall be 2 numbers for each 66 KV & 33 KV Circuit Breaker

25.0 ERECTION AND MAINTENANCE TOOL EQUIPMENTS

All special testing equipment/ tools required for the installation and maintenance of
the apparatus, instruments devices shall be furnished in relevant schedule.

26.0 TROPICALISATION

Control room will be normally air-cooled/air- conditioned. All equipments shall however
be suitable for installation in a tropical monsoon area having hot, humid climate and dry
and dusty seasons with ambient conditions specified in the specification. All control
wiring, equipment and accessories shall be protected against fungus growth,
condensation, vermin and other harmful effects due to tropical environment.

Section-14: Relay and Protection Panel With Automation Page 27 of 32


APPENDIX-A
TEST PROGRAMME FOR DISTANCE RELAYS
General Comments:
1. These test cases are evolved from the report of working group 04 of study committee 34
(Protection) on evaluation of characteristics and performance of power system protection
relays and protective systems. For any further guidelines required for carrying out the
tests, reference may be made to the above document.
2. The test shall be carried out using network configuration and system parameters as
shown in the figure-1
3. All denotations regarding fault location, breakers etc are referred in figure –1
4. The fault inception angles are referred to R- N voltage for all types of faults
5. The fault inception angle is zero degree unless otherwise specified.
6. Where not stated specifically, the fault resistance (Rf) shall be zero or minimum as
possible in simulator
7. Single pole circuit breakers are to be used
8. The power flow in double source test is 500 MW
System parameters
System voltage =400KV
CTR= 1000/1
PTR = 400000/110 (with CVT, the parameters of CVT model are shown in figure –2)

Positive Sequence 0. 02897 Ω


Resistance, (r1)
Positive Sequence 0.3072 Ω
Reactance (x1)
Zero Sequence Resistance 0.2597 Ω
(r0)
Zero Sequence Reactance 1.0223 Ω
(x1)
Zero Sequence Mutual 0.2281 Ω
Resistance (rm)
Zero Sequence Mutual 0.6221 Ω
Reactance (xm)
Zero Sequence 2.347 µ mho
succeptance (bo)
Positive Sequence 3.630 µ mho

Section-14: Relay and Protection Panel With Automation Page 28 of 32


succeptance (b1)

Type of line Short Long


Secondary line 2Ω 20 Ω*
impedance
Length of line in 23.57 235.7
Kms
SIR 4 15 4
Source impedance 29.09 Ω 109.09 Ω 290.9 Ω
(pry) (at a (5500 (1467 MVA) (550 MVA
Time constant of 50 MVA)
ms)

* Alternatively, the tests can be done with 10 Ω secondary impedance and source impedance may
accordingly be modified.

CVT Model

XC1 1.455 μ mho


XC2 27.646 μ mho
Rl 320 Ω
XLl 34243 Ω
Ra 4.200 Ω
Xla 197.92 Ω
Rc 14.00 Ω
Transformation ratio of Intermediate 181.8
transformer

Section-14: Relay and Protection Panel With Automation Page 29 of 32


DETAILS OF FAULT CASES TO BE DONE

Sl Descriptio Single source with short line(2 Single Double source Double
No n Ω) source long with short source
double line with long
(2 Ω) single line
(20
Ω)
CLOSE C1, OPEN C2,C3,C4 CLOSE C1, CLOSE C1, CLOSE
OPEN C2,C3,C4 C1,C3
C2,C3,C4 OPEN
C2,C4
SIR=4 SIR=15 SIR =4 SIR = 4 SIR=4
1 Dynamic Tests to be Tests to be Tests to be Tests to be
accuracy done at 2 done at 2 done at 2 done at 2
for locations ( locations ( 84 locations (84 % locations
zone 1 84 % and 76 % and76 % of line (84%and
% and 76 % of line length length ) X 4 76% of
of line )X 4 faults (RN, faults (RN , line length)
length ) YB, YB, YBN, X4 faults
X 4 faults YBN,RYB) X 2 RYB) X 2 (RN ,YB,
(RN , YB, fault inception Fault inception YBN,RYB)
YBN,RYB) angle(0°,90°)= angle(0°,90°)= X 2fault
X 2 fault 16 cases 16cases inception
inception angle(0°,
angle(0°, 90°)= 16
90°)= 16 cases
cases
2 Operating Tests to be Tests to be Tests to be Tests to be Tests to be
time for done at 3 done at 3 done at 3 done at 1 done at 1
zone 1 at locations locations (0 % locations ( 0 location (40 % location (40
SIR =4 (0% , 40 % and % , 40 % of line length) %
, 40% and 64 % of line and 64 % of X 4 faults of line length
64% of line length ) X 4 line length ) (RN, YB, )
length ) X 4 faults (RN , X 4 faults YBN, RYB) X X 4 faults
faults (RN, YB, YBN, (RN , YB, 4 fault (RN, YB,
YB, YBN, RYB) X 4 YBN, RYB) inception YBN,
RYB) X 4 fault inception X 4 fault angle RYB) X 4
fault angle inception (0°,30°,60° fault
inception (0°,30°,60°an angle and 90 °)= 16 inception
angle d 90°)= 48 (0°, 30°,60° cases angle
(0°, 30°,60° cases and 90°)= 48 (0°,30°,60°
and 90°) = cases and 90°)=
8 16cases
3 Operating Tests to be Tests to be Tests to be
time for done at 1 done at 1 done at 1
zone II location ( location (100 location (100
and 100 % of line % of line
Zone III % of line length) X 1 length ) X 1
length ) X 1 faults (RN , faults (RN ,
faults (RN, YB, YBN, YB, YBN,
YB, YBN, RYB) X 2 RYB) X 2
RYB) X 2 zones (II and Zones (II
zones (II III) = 2 cases and III) = 2
and cases
III) = 2
cases

Section-14: Relay and Protection Panel With Automation Page 30 of 32


4 Switch on Tests to be
to done at 2
fault location ( 0
feature % and 32
%) X 1
faults (RYB)
Any fault
inception
angle = 2
cases
5 Operation Tests to be
during done at 2
current location (0 %
reversal and 80 % of
line length ) X
1 faults ( RN)
X 1 fault
inception
angle (0
degrees)= 2
cases
CLOSE C1, OPEN C2,C3,C4 CLOSE C1, CLOSE C1, CLOSE C1,
OPEN C2,C3,C4 C3,
C2,C3,C4 OPEN
C2, C4
SIR=4 SIR=15 SIR =4 SIR = 4 SIR=4
6 Operation Tests to be
at done at 2
simultane location (8 %
ou and 64 % of
s faults line length ) X
2 faults ( RN
in circuit 1 to
BN in circuit 2
and RN in
circuit 1 to
RYN in circuit
2 in 10 ms)
X 1 fault
inception
angle ( 0 °) =
4 cases (*1)
7 Directiona Tests to be
l done at 1
sensitivity location (0%
reverse) X 6
faults (
RN,YB,
YBN ,
RYB,RN
with
Rf=13.75
ohm(sec) and
RYN with
Rf=
13.75 Ohm
(sec) X 2

Section-14: Relay and Protection Panel With Automation Page 31 of 32


fault
inception
angle (0°
,90°)= 12
cases
8 Limit for Tests to be
fault done at 2
resistance location ( 0%
and 68 % of
line length)
X
1 fault ( RN
with
Rf=13.75
ohm(sec) X
2 fault
inception
angle
(0°,90°)=
4 cases
9 Operation Tests to be
at done at 2
evolving location (32
faults %
and 0% of
line
length) X 2
faults (RN to
RYN) x in 2
timings (10
ms
and 30 ms) X
2 load
direction
(from
A to B and
from B to A)
=16 cases
10 Fault Measure Measure Measure Measure Measure
locator fault fault location fault location fault location fault location
function , location for for all cases for all cases for all cases for all
in all cases under 1 and under 1 and under 2 and 6 cases under
case the under 1 2 2 2,
same is and 2 7 and 9
offered as
built in
feature

Section-14: Relay and Protection Panel With Automation Page 32 of 32


SECTION-XV

POWER & CONTROL CABLE


SECTION : 15

POWER & CONTROL CABLES

1.0 1.1 KV GRADE POWER & CONTROL CABLES

1.1. CRITERIA FOR SELECTION OF POWER & CONTROL CABLES

1.1.1. Aluminium conductor XLPE insulated armored cables shall be used for main power supply
purpose from LT Aux. Transformers to control room.
1.1.2 Aluminium conductor PVC insulated armored power cables shall be used for various
other applications in switchyard area/control room except for control/protection purposes.
1.1.3 For all control/protection/instrumentation purposes PVC insulated armored control
cables of minimum 2.5 sq.mm. size with stranded Copper conductors shall be used.
1.1.4 Bidders are to estimate the quantity of cables and quote accordingly. The sizes of power
cables to be used per feeder in different application shall be as follows:

S.No. From To Cable size Cable


Type
2
1. Main Switch LT Transformer 2-1C X 630 mm per XLPE
Board phase 1-1C X 630 mm2
for neutral
2 Main Switch AC Distribution 2-3½C X 300 mm2 XLPE
Board Board
3 Main Switch Air Conditioning 1-3½C X 300 mm2 XLPE
Board Board
4 Main Switch Oil Filtration 1-3½C X 300 mm2 XLPE
Board Unit
5 AC Distribution D.G. Set AMF 2-3½C X 300 mm2 XLPE
Board Panel
6 Main Switch Lighting 1-3½C X 70 mm2 XLPE
Board transformer
7 Lighting Main Lighting 1-3½C X 70 mm2 XLPE
transformer DB
8 AC Distribution Emergency 1-3½C X 70 mm2 PVC
Board Lighting
Transformer
9 Emergency Emergency 1-3½C X 70 mm2 PVC
Lighting Lighting DB
transformer
10 AC distribution ICT MB 1-3½C X 70 mm2 PVC
Board
11 AC Distribution Bay MB/LCC 1-3½C X 35 mm2 PVC
Board
12 AC Distribution Battery Charger Charger1-3½C X PVC
Board 70mm2
13 DCDB Battery 2-1C X 150 mm2 PVC
14 DCDB Battery charger 2-1C X 150 mm2 PVC
15 DCDB Protection/PLCC 1-2C X 6 mm2 PVC
16 Main Lighting Lighting 1-3½C X 35 mm2 PVC
DB Panels (indoor)
17 Main Lighting Lighting 1-3½C X 70 mm2 PVC
DB Panels (outdoor)

______________________________________________________________________________________________
Section 15- Power and Control Cables Page 1 of 16
18 Main Lighting
Receptacles 1-3½C X 35 mm2 PVC
DB (indoor)
19 Main Lighting
Receptacles 1-3½C X 70 mm2 PVC
DB (outdoor)
20 Lighting Panel Sub-lighting 1-4C X 16 mm2 PVC
panels
21 Lighting Panel/ Lighting fixtures 1-2C X 6 mm2 PVC
Sub-lighting (outdoor)
panels
22 Bay MB Equipments 1-4C X 16 mm2 PVC
/ 1-4C X 6 mm2
/ 1-2C X 6 mm2
23 Air Conditioning A/C unit panel 1-3½C X 70 mm2 PVC
Board
24 Air Conditioning AHU 1-3½C X 35 mm2 PVC
Board
25 Air Conditioning Heater 1-3½C X 35 mm2 PVC
Board
26 Air Conditioning Chiller Pump 1-3½C X 35 mm2 PVC
Board

1.1.5 Bidder may offer sizes other than the sizes specified in clause 1.1.4. In such case and For
other application where sizes of cables have not been indicated in the specification,
sizing of power cables shall be done keeping in view continuous current, voltage drop &
short-circuit consideration of the system. Relevant calculations shall be submitted by
bidder during detailed engineering for purchaser’s approval.
1.1.6 Cables shall be laid conforming to IS: 1255.
1.1.7 While preparing cable schedules for control/protection purpose following shall be
ensured:
1.1.7.1 Separate cables shall be used for AC & DC.
1.1.7.2 Separate cables shall be used for DC1 & DC2.
1.1.8 For different cores of CT & CVT separate cable shall be used
1.1.9 Atleast one (1) cores shall be kept as spare in each copper control cable of 4C, 5C or 7C
size whereas minimum no. of spare cores shall be two (2) for control cables of 10 core or
higher size.
1.1.10 For control cabling, including CT/VT circuits, 2.5 sq.mm. size copper cables shall
be used per connection. However, if required from voltage drop/VA burden consideration
additional cores shall be used. Further for potential circuits of energy meters separate
connections by 2 cores of 2.5 sq.mm. size shall be provided.

1.2. TECHNICAL REQUIREMENTS

1.2.1. General

1.2.1.1.The cables shall be suitable for laying in racks, ducts, trenches, conduits and underground
buried installation with uncontrolled back fill and chances of flooding by water.
1.2.1.2. They shall be designed to withstand all mechanical, electrical and thermal stresses under
steady state and transient operating conditions. The XLPE /PVC insulated L.T. power
cables of sizes 240 sq. mm. and above shall withstand without damage a 3 phase fault
current of at least 45 kA for at least 0.12 second, with an initial peak of 105 kA in one of
the phases. The armour for these power cables shall be capable of carrying 45 kA for at
least 0.12 seconds without exceeding the maximum allowable temperature of PVC outer
sheath.

______________________________________________________________________________________________
Section 15- Power and Control Cables Page 2 of 16
1.2.1.3. The XLPE insulated cables shall be capable of withstanding a conductor temperature of
250°C during a short circuit without any damage. The PVC insulated cables shall be
capable of withstanding a conductor temperature of 160°C during a short circuit.
1.2.1.4. The Aluminium/Copper wires used for manufacturing the cables shall be true circular in
shape before stranding and shall be uniformly good quality, free from defects. All
aluminium used in the cables shall be of H2 grade.
1.2.1.5. The fillers and inner sheath shall be of non-hygroscopic, fire retardant material, shall
be softer than insulation and outer sheath shall be suitable for the operating temperature
of the cable.
1.2.1.6. Progressive sequential marking of the length of cable in meters at every one meter
shall be provided on the outer sheath of all cables.
1.2.1.7. Strip wire armouring method (a) mentioned in Table 5, Page-6 of IS: 1554 (Part-1)
1988 shall not be accepted for any of the cables. For control cables only round wire
armouring shall be used.
1.2.1.8. The cables shall have outer sheath of a material with an oxygen index of not less than 29
and a temperature index of not less than 250°C.
1.2.1.9. All the cables shall pass fire resistance test as per IS: 1554 (Part-I)
1.2.1.10. The normal current rating of all PVC insulated cables shall be as per IS: 3961.
1.2.1.11. Repaired cables shall not be accepted.
1.2.1.12. Allowable tolerance on the overall diameter of the cables shall be plus or minus
2mm.

1.2.2. XLPE Power Cables

1.2.2.1. The XLPE insulated cables shall be of category “C2” and type ‘FR-LSH’ as per
IS:1554 and its amendments read alongwith this specification. The conductor shall be
stranded aluminium circular/sector shaped and compacted. In multicore cables, the core
shall be identified by red, yellow, blue and black coloured strips or colouring of
insulation. A distinct inner sheath shall be provided in all multicore cables. For XLPE
cables, the inner sheath shall be of extruded PVC to type ST-2 of IS:5831. When
armouring is specified for single core cables, the same shall consist of aluminium
wires/strips. The outer sheath shall be extruded PVC to Type ST-2 of IS:5831 for all
XLPE cables.

1.2.3. PVC Power Cables

1.2.3.1. The PVC (70°C) insulated 1100V grade power cables shall be of category “C2” and
type ‘FR-LSH’ as per IS:1554 and its amendments, read alongwith this specification and
shall be suitable for a steady conductor temperature of 70°C. The conductor shall be
stranded aluminium. The Insulation shall be extruded PVC to type-C of IS: 5831. A
distinct inner sheath shall be provided in all multicore cables.
For multicore armoured cables, the inner sheath shall be of extruded PVC. The outer
sheath shall be extruded PVC to Type ST-2 of IS: 5831 for all cables.

1.2.4. PVC Control Cables

1.2.4.1. The 1100V grade control cables shall be of category “C2” and type ‘FR-LSH’ as per
IS:1554 and its amendments, read alongwith this specification. The conductor shall be
stranded copper. The insulation shall be extruded PVC to type C of IS 5831. A distinct
inner sheath shall be provided in all cables whether armoured or not. The over sheath
shall be extruded PVC to type ST-2 of IS: 5831 and shall be grey in colour except where
specifically advised by the Owner to be black.
1.2.4.2. Cores shall be identified as per IS:1554 (Part-1) for the cables up to five (5) cores
and for cables with more than five (5) cores the identification of cores shall be
______________________________________________________________________________________________
Section 15- Power and Control Cables Page 3 of 16
done by printing legible Hindu Arabic Numerals on all cores as per clause 10.3 of
IS 554 (Part-1).

2.0 HT CABLE FOR AUXILIARY POWER SUPPLY

2.1. The HT cable of 1Cx185 mm2 (Aluminium Conductor) or 1Cx120mm2 (Copper


Conductor) of voltage class as specified for 400 kVA LT transformer for interconnecting
400kVA LT transformer shall be, XLPE insulated, armoured cable conforming to IS: 7098
(Part-II) and IEC 60502-2 1998. Terminating accessories shall conform to IEC 61442
1997/IEC 60502-4 1998.

2.2. Only overhead connection has been foreseen for interconnecting 400 kVA, LT transformer
to the tertiary of the Power Transformer. However, HT cable connections in place of
overhead connection, if necessary shall also be in the scope of contractor. In this case
contractor shall provide 1C x 185 mm2 (Aluminium Conductor) or 1Cx120mm2 (Copper
Conductor), 38/66kV HT cable alongwith necessary terminating accessories. The
construction of XLPE insulated, armoured HT cable shall be generally conforming to IS
7098 (Part-III). Terminating accessories shall conform to IEC 60840 1999.

2.3. Bidder may offer sizes other than the sizes specified in clause 2.1 and 2.2. In such case
sizing of power cables shall be done keeping in view continuous current, voltage drop &
short-circuit consideration of the system. Relevant calculations shall be submitted by
bidder during detailed engineering for purchaser’s approval.

3.0 CABLE DRUMS

3.1. Cables shall be supplied non-returnable wooden or steel drums of heavy construction.
Wooden drum shall be properly seasoned sound and free from defects. Wood preservative
shall be applied to the entire drum.
3.2. Standard lengths for each size of power and control cables shall be 500/1000 meters. The
cable length per drum shall be subject to a tolerance of plus or minus 5% of the standard
drum length. The owner shall have the option of rejecting cable drums with shorter
lengths. However, the total quantity of cables after taking into consideration of all cable
drums for each size shall be within the tolerance of ± 2%.
3.3. A layer of water proof paper shall be applied to the surface of the drums and over the
outer most cable layer.
3.4. A clear space of at least 40 mm shall be left between the cables and the lagging.
3.5. Each drums shall carry the manufacturer's name, the purchaser's name, address and
contract number and type, size and length of the cable, net and gross weight stencilled on
both sides of drum. A tag containing the same information shall be attached to the leading
end of the cable. An arrow and suitable accompanying wording shall be marked on one
end of the reel indicating the direction in which it should be rolled.
3.6. Packing shall be sturdy and adequate to protect the cables, from any injury due to
mishandling or other conditions encountered during transportation, handling and storage.
Both cable ends shall be sealed with PVC/Rubber caps so as to eliminate ingress of water during
transportation and erection.

4.0 TYPE TESTS

4.1. All cables shall conform to all type, routine and acceptance tests listed in the relevant IS.
4.2. The type tests on cables shall be conducted on each type and size of cables offered.
4.3. Following type tests as per IS: 7098 (Part 1) – 1988 including its amendments and
additional type tests shall be carried out on 1.1 KV grade XLPE insulated cables:
a) Tests on conductor
______________________________________________________________________________________________
Section 15- Power and Control Cables Page 4 of 16
i) Annealing test (for Copper)
ii) Tensile test (for aluminium)
iii) Wrapping test (for aluminium)
iv) Resistance test
b) Test for armouring wires/strips
c) Test for thickness of insulation and sheath
d) Physical tests for insulation
i) Tensile strength and elongation at break
ii) Ageing in air oven
iii) Hot set test
iv) Shrinkage test
e) Physical tests for outer sheath
i) Tensile strength and elongation at break
ii) Ageing in air oven
iii) Loss of mass in air oven
iv) Shrinkage test
v) Hot deformation
vi) Heat shock test
vii) Thermal stability
f) Insulation resistance (volume resistivity test)
g) High voltage test
h) Flammability test
i) Oxygen index and temperature index test on outer sheath
j) Short time current test on power cables of sizes 240 sq.mm and above.
1) On conductor(s).
2) On armours.

4.4.1 Following type tests as per IS: 1554(Part-1) including its amendments and additional type
tests shall be carried out on 1.1 KV grade PVC insulated cables:

1) Tests on conductor
a) Annealing test
b) Conductor resistance test
2) Test for thickness of insulation and sheath.
3) Physical tests for insulation and outer sheath:
a) Tensile strength and elongation at break.
b) Ageing in air oven.
c) Shrinkage test.
d) Hot deformation.
e) Loss of mass in air oven.
f) Heat shock test.
g) Thermal stability
4) Insulation resistance test.
5) High voltage test (water immersion test)
6) High voltage test at room temp
7) Flammability test.
8) Tests for round steel wire armour:
a) Dimensions
b) Physical tests on round wire:
i.) Tensile strength
ii.) Elongation at break
iii.) Torsion test for round wires
iv.) Uniformity of zinc coating
v.) Mass of zinc coating
______________________________________________________________________________________________
Section 15- Power and Control Cables Page 5 of 16
vi.) Resistivity
9) Tests for proving FR-LSH Properties of cable.
a) Oxygen Index Test
b) Flame Retardant Test on single cable.
c) Flame Retardant Test on bunched cables.
d) Test for halogen acid gas evolution
e) Temperature Index

4.4.2 Following acceptance tests as per IS: 1554(Part-1) including its amendments and
additional type tests shall be carried out on 1.1 KV grade PVC insulated cables.
1) Annealing test
2) Conductor resistance test
3) Test for thickness of insulation and sheath
4) Tensile strength and elongation at break of insulation and sheath
5) Insulation resistance test
6) High voltage test at room temp
7) Oxygen Index Test
8) Flame Retardant Test on single cable
9) Test for halogen acid gas evolution

4.4.3 Following routine tests as per IS: 1554(Part-1) including its amendments and additional
type tests shall be carried out on 1.1 KV grade PVC insulated cables.
1) Conductor resistance test
2) High voltage test at room temp

4.5. Following type tests as per IS: 7098 (Part 2) - 1988 including its amendments and
additional type tests shall be carried out on XLPE insulated HT cable up to and
including 220 KV
a) Tests on conductor
i) Annealing test (for Copper)
ii) Resistance test
iii) Tensile test (for aluminium)
iv) Wrapping test (for aluminium)

b) Physical tests for insulation


i) Test for thickness and dimensions of insulation
ii) Tensile strength and elongation at break
iii) Thermal Ageing in air oven
iv) Hot set test
v) Shrinkage test
c) Resistivity test for semi-conducting layers
d) Test for concentric metallic screen:
i) Test for concentric copper wire
ii) Test for concentric copper tape
e) Thickness of metallic sheath
f) Test for armouring material:
g) Dimensions
h) Physical tests for outer sheath:
1. Measurement of thickness
2. PVC sheath
i) Tensile strength and elongation at break
ii) Ageing in air oven
iii) Loss of mass in air oven only for PVC sheath
iv) Heat shock test
______________________________________________________________________________________________
Section 15- Power and Control Cables Page 6 of 16
v) Hot deformation test
vi) Shrinkage test
vii) Thermal stability
3. PE sheath
i) Carbon black content
ii) Tensile strength and elongation at break before and after ageing
iii) Hot-deformation
i) Flammability test (for PVC outer sheathed cables only)
j) Water tightness test
k) 1) Thermal ageing on complete cable sample
2) Tensile strength and elongation at break for insulation and outer sheath
3) Resistivity test for semi-conducting layer
l) Bending test followed by P.D. test
m) Dielectric power factor and capacitance measurement at ambient temperature
n) Dielectric power factor measurement at elevated temperature
o) Impulse withstand test followed by HV test
p) Oxygen index and temperature index test on outer sheath

4.6. Contractor shall submit type test reports as per clause no. 9.2 of Technical
Specification, Section: GTR for which test conducted once are acceptable (i.e. The
requirement of test conducted within last five years shall not be applicable) for the
following:
4.6.1. 1.1 kV grade PVC insulated cables
High voltage test (water immersion d.c. test as per clause no. 16.3.2 of IS: 1554
(Part 1) - 1988)
4.6.2. 1.1 kV grade XLPE insulated cables
Water absorption (gravimetric) test as per IS: 7098 (Part 1) –1988
4.6.3. XLPE insulated HT cable from 66kV up to and including 220KV
Load cycle test followed by P.D. measurement as per IS: 7098(Part 3)
4.6.4. Terminating/jointing accessories as per IEC 60840:1999
a) Partial discharge test at ambient temperature;
b) Heating cycle voltage test
c) Partial discharge tests
-At ambient temperature
-At high temperature
d) Impulse voltage test followed by power frequency test
e) Test of outer protection for buried joints

______________________________________________________________________________________________
Section 15- Power and Control Cables Page 7 of 16
SECTION –II : TECHNICAL SPECIFICATIONS FOR UNARMORED U/G
FIBER OPTIC CABLE

This section describes the functional requirements, major technical parameters, Type and
Factory Acceptance Testing requirements for underground fiber optic cable. Marking,
packaging and transportation requirements have also been described.

2.1 General

The underground fiber optic cable shall be unarmored and shall be suitable for
underground installation in pipes. The cable should be of low weight, small volume and
high flexibility. The mechanical design and construction of each unit shall be inherently
robust and rigid under all condition of operation, adjustment, replacement, storage and
transport.

2.2 Applicable Standards

The cable shall conform to the standards named below and the technical specifications
described in the following sections.
ITU-T Recommendations G-652.
Electronic Industries Association, EIA/TIA 455-78A, 455-3A, 455-62A, 455-164A/
167A/174. 455-168A/ 169A/ 175A, 455-176, 455-59, EIA/TIA 598, EIA 455-104.
International Electro technical Commission standards, IEC 60304, IEC 60794-1-2, IEC
60811-5-1.
Bell core GR-20.

2.3 Fiber Type(s) and Counts

The cable shall contain 12 Dual Window Single Mode (DWSM) fibers conforming to
G.652 as per the bill of the Quantity and the Technical parameters stipulated in the
following sections. The BOQ for each type of cable has been provided in the appendices.

2.4 Optical Characteristics

The attenuation coefficient for wavelength between 1525nm and 1575nm shall not exceed
the attenuation coefficient at 1550nm by more than 0.05dB/km. The attenuation
coefficient between 1285nm and 1330nm shall not exceed the attenuation coefficient at
1310nm by more than 0.05dB/km. The attenuation of the fibre shall be distributed
uniformly throughout its length such that there are no point discontinuities in excess of
0.1dB. The fibre attenuation characteristics specified in table 2-1 shall be “guaranteed”
fibre attenuation of any & every fibre reel. Further the average cabled fibre attenuation,
averaged over 100kms of cabled fibre, (as measured during the factory acceptance testing)
shall be as specified in 2-1.

DWSM fibres shall conform to the requirements specified in Table 2-1 below.

Table 2-1

DWSM Optical Fibre Characteristics

Fibre Description: Dual Window Single-Mode


Mode Field Diameter: 8.6 to 9.5nm um(10% of the nominal value)
Cladding Diameter: 125.0 um  2um
______________________________________________________________________________________________
Section 15- Power and Control Cables Page 8 of 16
Mode field Concentricity Error: ≤ 1.0 um
Cladding non-circularity ≤2%
Cable Cut off Wavelength ≤1260nm
1550 loss performance As per G.652
Proof Test Level ≥0.35Gpa
Attenuation coefficient @ 310nm ≤0.35 dB/Km
@1550nm ≤ 0.23 dB/Km
Chromatic Dispersion : Maximum: 20 ps/(nm x km) 1550 nm
3.5 ps/ (nm x km) 1288-1339nm
5.3 ps/ (nm x km) 1271-1360nm

Zero Dispersion Wavelength: 1300 to 1324 nm


Zero Dispersion Slope: -0.093 ps/(nm² x km) maximum

Polarization mode dispersion coefficient ≤ 0.5 ps/km^ ¹/²


Temperature Dependence: Induced attenuation ≤0.05 dB
(-60 ºC + 85 ºC)
Bend performance: @1310nm(75n±2nmdia Mandrel), 100 turns:
Attenuation rise <0.05 dB/km

@1550nm(75±2nmdia Mandrel), 100 turns:


Attenuation rise <0.10 dB/km

@1550nm(32±0.5 dia Mandrel),


1 turn:
Attenuation rise <0.50 dB/km
End of Table

2.5 General Construction

The optical cable shall consist of a central fibre optic unit protected by one or more layers
of helically wound anti-hygroscopic tape or yarn. The central fibre optic unit shall be
designed to house and protect the fibres from damage due to forces such as crushing,
bending, twisting, tensile stress and moisture, wide temperature variations, hydrogen
evolution etc. The fibre shall be of loose tube construction. The inner polyethylene jacket
and outer sheath jackets shall be free from pinholes, joints, spilts or any other defects,. All
fibre optic cable shall have a minimum service life span of 25 years.

2.5.1 Colour Coding & Fibre Identification

Individual optical fibres within a fibre unit, and fibre units shall be identifiable in
accordance with EIA/TIA598 or IEC 60304 or Bellcore GR-20 colour –coding scheme.
The colour coding system shall be discernible throughout the design life of the cable.
Colouring utilized for colour coding optical fibres shall be integrated into the fibre coating
and shall be homogeneous. The colour shall not bleed from one fibre to another and shall
not fade during fibre preparation for termination or splicing. Each cable shall have
tracibility of each fibre back to the original fibre manufacturer’s fibre number and
parameters of the fibre. If more than the specified number of fibres included in any cable,
the spare fibres shall be tested by the cable manufacturer and any defective fibre shall be
suitably bundled, tagged and identified at the factory by the vendor.

______________________________________________________________________________________________
Section 15- Power and Control Cables Page 9 of 16
2.5.2 Strength Members

The central fibre optic unit should include a central strength member of Fibre Reinforced
Plastic (FRP) or other suitable material. Peripheral strength members and aramid yarns are
also acceptable. The central FRP strength member may be of slotted type with SZ lay
(reverse oscillation lay) of fibre units or it may be cylindrical type with helical lay of fibre
units.

2.5.3 Filling Compound

The interstices of the central fibre optic unit and cable shall be filled with a suitable
compound to prohibit any moisture ingress or any longitudinal water migration within
fibre optic unit or along the fibre optic cable. The water tightness of the cable shall meet or
exceed the test performance criteria as per IEC60794-1-2-F5. The filling compound used
shall be a non-toxic homogeneous water proofing compound that is free of dirt and foreign
matter, anti-hygroscopic, electrically nonconductive and non-nutritive to fungus. The
compound shall also be fully compatible with all cable components it may come in contact
with and shall inhibit the generation of hydrogen within the cable. The filling compound
shall remain stable for ambient temperature up to +70 ºC and shall not drip, flow or leak
with age or at change of temperatures. Reference method to measure drip point shall be as
per IEC60811-5-1 and drip point shall not be less than 70 ºC.

2.5.4 The Sheath/Inner Jacket

The sheath shall be black, smooth, concentric, and shall be free from holes, splits, blisters
and other surface flaws. The sheath shall be extruded directly over the central fibre optic
unit and shall also be non-hygroscopic. The cable sheath design shall permit easy removal
without damage to the optical fibres or fibre units. The sheath shall be made from good
quality of weather resistant polyethylene compound (Black High Density Polyethylene-
HDPE) and thickness shall be ≥ 1.8mm.

2.5.5 The Outer Jacket/Termite protection

A circular jacket of not less than 0.65mm Polymide-12(Orange Nylone-12) material


should be applied over the sheath as an outer jacket. The outer jacket shall have smooth
finish and shall be termite resistant.

RIP Cord: Suitable rip cord(s) shall be provided to open the outer sheath of the cable. The
rip cord(s) shall be properly waxed to prevent wicking action and shall not work as a water
carrier.

2.6 Mechanical Parameters & Tests

(A) Tensile Strength: The cable shall be of sufficient strength to withstand a load of value
T (N) = 9.81 x 2.5 x W Newton or 2670 N whichever is higher (where W is the mass in
Kg of 1 Km cable). The load shall be sustained for 10 minutes and the strain of the fiber
monitored. The load shall not produce a strain exceeding 0.25% in the fiber and shall not
cause any permanent damage to any constituent part of the cable. The change in optical
attenuation during or after the application of the rated tensile load in accordance with IEC
60794-1-2-EI procedure shall not exceed 0.05dB/Km both for 1310 nm and 1550 nm
wavelength. The attenuation shall be noted before strain, and after release of strain for all
the fibers.

______________________________________________________________________________________________
Section 15- Power and Control Cables Page 10 of 16
(B) Crush test (Compressive Strength): The cable shall withstand a compressive force of at
least 2000 N. applied for at least 60 seconds between two plates of 100mm x 100mm in
accordance with IEC60 794-1-2-E3 procedure. This compressive load applied in
accordance with IEC60794-1-2-E3 shall not cause any permanent damage to any
constituent part of the cable. The change in optical attenuation during or after the
application of the compressive load shall not exceed 0.05dB/Km both 1310nm and
1550nm wavelength. The attenuation shall be noted before and after the test for all the
fibers.

(C) Bend Radius: The cable bend radius under no load shall be less than or equal to 20 times
the cable diameter. The test method shall be according to the IEC60794-1-2-E11 (
procedure-I). The fibers and component parts of the cable shall not suffer permanent
damage when the cable is repeatedly wrapped and unwrapped 4 complete turns of 10
complete cycles around a mandrel of 20 times to the cable diameter. The change in
optical attenuation after the test shall not exceed 0.05dB/Km both for 1310nm and
1550nm wavelength. The attenuation shall be noted before and after the test for all the
fibers. Outer Jacket shall not show any cracks visible to the naked eye when examined
whilst still wrapped on the mandrel.

(D) Cable Bending test (Repeated bending): The cable shall withstand repeated bending
when tested in accordance with EIA-455-104 and shall not cause any permanent damage
to any constituent part of the cable. The cable sample shall be at least 5 meters or more.
The change in optical attenuation during or after the application of the repeated bending
test shall not exceed 0.05dB/Km for all the fibers. The attenuation shall be noted before
and after the test for all the fibres. The test requirement shall be as mentioned below:-

Weight 5Kg
Minimum distance from pulley centre to 216 mm
holding device
Minimum distance from weight to pulley 457mm
centre
Pulley diameter 20 times to the cable dia
Angle of turning 90º
No. of cycles 30
Time required for 30 cycles 2 min.

(E) Impact Test: The cable shall withstand at least 10 impacts of 50N load from a 0.5 meter
height with impacting surface radius of 300mm. This impact load applied at the same
place in accordance with IEC60794-1-2-E4 shall not cause any permanent damage to any
constituent part of the cable. The change in optical attenuation during or after the
application of the impact load shall not exceed 0.05dB/Km. The attenuation shall be noted
before and after the test for all the fibres.

(F) Torsion test: The cable shall withstand 10 cycles of ±180º torsion with 100N load
applied on a 2m sample. This load cycle applied in accordance with IEC60794-1-2-E7
shall not cause any permanent damage to any constituent part of the cable. The change in
optical attenuation during or after the application of the torsion load shall not exceed
0.05dB/km for all the fibres. The attenuation shall be noted before and after the test.

(G) Kink test (Resistance): When a cable of sample length 10 times the minimum bend
radius as defined above is subjected to kinking,it shall not result in any fibre breakage and
the kink shall disappear after normalizing the cable. The change in optical attenuation after
the application of the kink in accordance with IEC60794-1-2-E10 shall not exceed
0.05dB/km for all the fibres.
______________________________________________________________________________________________
Section 15- Power and Control Cables Page 11 of 16
(H) Water penetration test(Resistance to water ingress): The resistance to water ingress of
the cable shall meet or exceed the test performance criteria as as per IEC60794-1-2-F5
method F5B. Before applying the water tight sleeve at one end the outer jacket shall be
stripped. A water soluble fluorescent dye shall be used for testing.The duration of test
shall be 7 days. In addition after the test the cable shall be ripped open and distance up to
which water has seeped shall be noted.

(I) Drip Test(Seepage of Filling Compound): For testing, a sample of 30cm length of the
cable with one end sealed by the end cap will be taken and outer jacket, sheath, binder
tapes shall be removed by 5cms from open end of the sample. The filling compound will
be wiped thoroughly and the sample be kept vertically with open end down ward in the
oven for 24 hours at 70 ºC. temperature with a filter paper under the sample. The filter
paper should not indicate any sign of drip or oily impression. The reference test
specification shall be as per IEC60811-5-1 to measure drip point.

(J) Environmental Test: Temperature cycling test shall be carried out on one drum length
of the cable to ensure stability of attenuation parameter of the cable when subjected to
temperature change which may occur during storage, transportation, and operation. The
permissible temperature range for storage and operation will be from -20ºC to +70ºC. The
rate of change of temperature during test shall be 1ºC per minute. The cable shall be kept
for 12 hours at each of the following temperature and should follow the specification
IEC60794-1-2-F1. Two cycles shall be performed.

TA2 : -20ºC
TA1 : -10-ºC
TB1 : +60ºC
TB2 : +70ºC

The attenuation shall be measured at the end of each temperature range both at 1310nm &
1550nm. The change of attenuation of fibre used shall ≤be0.05 dB both for 1310 &
1550nm for entire range of temperature for all the fibres in each cycle.

(K) Termite Resistance Test: The outer jacket shall be demonstrated to be termite resistant.
The exact procedure for the test shall be mutually agreed between the Contractor and the
Purchaser and shall generally be in line with test procedures followed by reputed test
laboratories.

(L) Abrasion Test: To be conducted as per IEC 60794-1-E2 or equivalent international test
method.

(M) Flexure Rigidity Test: To be conducted as per ASTM D-790. The test shall not cause any
permanent damage to any constituent part of the cable. The change in optical attenuation
after the test shall not exceed 0.05 dB/km. The attenuation shall be noted before and after
the test for all the fibres.

(N) Figure of Eight Test: 1000m of cable shall be uncoiled from the drum and arranged in
figure of eight, each loop having a maximum, dimension of 2m. It shall be possible to
arrange cable in figure of 8 with relative ease and the cable shall not show any visible
damages.

______________________________________________________________________________________________
Section 15- Power and Control Cables Page 12 of 16
(O) Cable Ageing Test: After Environmental test the cable shall be subjected to a
temperature of 85 ±2 ºC for 168 hours. Cable shall then be brought to ambient
temperature and stabilized for 24hours. The change in optical attenuation after the test
shall not exceed 0.05dB/km. For 1310 as well as 1550nm wavelengths. The attenuation
shall be noted before and after the test for all the fibres.

(P) Embitterment Test of Loose tube: The minimum length of the test sample depend on
the outside diameter of the loose tube and should be 85mm for tubes upto 2.5mm outside
dia. The length of the bigger tubes should be calculated by using the following equation:

Lo > 100 x ((D² + d ²) /4)½


Where
Lo = Length of tube under test
D = Outside dia of loose tube
d = inside dia of loose tube

Both the ends of a buffer tube test sample may be mounted in a tool which is clamped in
jaws of a tensile machine which exert a constant rate of movement. The movable jaw may
move at a rate if 50mm per minute toward the fixed jaw. Under load the tube will bend, so
that the tube is subjected to tensile and compressive stresses. The fixture for holding the
tube should be designed in a manner that the tube might bend in all directions without
further loading. The tube should not get embrittled. No ink should appear on the tube up to
the safe bend dia of tube (20D) where D is the outside diameter of the loose tube. There
should not be any physical damage or mark on the tube surface.

(Q) Kink Resistance test on the loose tube: A longer length of The loose tube is taken(with
fibre and gel), a loop is made and loop is reduced to the minimum bend radius of loose
tube i.e. 20 D.(where D is the outside dia of the loose tube). This test is to be repeated 4
times on the same sample length of the loose tube. No damage or kink should appear on
the surface of the tube.

(R) Drainage test for loose tube: A tube length to 40cm shall Be cut and filled with filling gel
ensuring there are no air bubbles and the tube is completely full. The filled tube is placed
in a horizontal position on a clean worktop and cut 5cm from each end so that the finished
length of the sample is 30cm. The filled tube shall be left in a horizontal position at an
ambient temperature for 24 hrs. The sample tube is then suspended vertically in an
environment heat oven over a weighed beaker. It is left in the oven at a temperature of 70
ºC for a period of 24 hrs. At the end of the 24hrs. period the beaker is checked and
weighed to see if there is any gel in beaker. There shall be no gel or oil in the beaker.

(S) Check of easy removal of sheath: The sheath shall be Cut in circular way using a sheath
removal tool and the about 300mm length of the sheath should be removed in one
operation. It should be observed during sheath removal process that no undue extra force
is applied and no component part of the cable is damaged. It shall be possible to remove
the sheath easily. Easy removal of both the outer jacket and the inner sheath shall be
checked separately.

(T) Effect of aggressive media on the cable surface(Acidic and alkaline behaviour) : The
test shall be conducted as per method no.ISO175. The two test samples of the finished
cable each of 600mm in length are taken and the ends of the samples shall be sealed.
These test samples are put in the PH4 and PH10 solutions separately. After 30days these
samples are taken out from the solutions and examined for any corrosion etc. on the sheath
and other markings of the cables. The sample should not show any effect of these solution
on the sheath and other marking of the cable.
______________________________________________________________________________________________
Section 15- Power and Control Cables Page 13 of 16
2.7 Optical fibre cable marking

A suitable marking shall be applied in order to identify this cable from the other cables.
Marking on the cable shall be indelible, of durable quality, shall last long and shall be
applied at regular interval of one-meter length. Marking shall be imprinted and must
clearly contrast with the surface and colors used must withstand the environmental
influences experienced in the field,

The accuracy of the sequential marking must be within ±0.5% of the actual measured
length. The sequential length marking must not rub off during normal installation. In case
laser printing is used the marking shall not exceed 0.15mm depth. The optical fibre cable
shall have the following markings in every metre.

Type of Cable
Running metre length
No. of fibres
Type of fibre
Laser symbol & caution notice
Year of manufacture and batch no.
Manufacturer’s name
DTL

2.8 Operating Instructions

Complete technical literature in English with detailed cable construction diagram of


various sub-component with dimensions and test data of the cable shall be provided. All
aspects of installation shall also be covered in the handbook.

2.9 TEST AND INSPECTION:

The general conditions for Type and Factory Acceptance Testing shall be as follows:-

2.9.1 TYPE TEST

Type testing shall be carried out as per IEC for fiber optic cable & the tests listed in table
2-2 shall be carried out as type tests for fibers.

Table 2-2

Type test for Fibres

S. Test Name Acceptance Test procedure


No. Criteria
1. Attenuation TS Table 2-1 EIA/TIA 455-78A
2. Attenuation Variation with TS Table 2-1 EIA/TIA 455-78A
wavelength
3. Attenuation at Water Peak TS Table 2-1 EIA/TIA 455-78A
4. Temp.Cycling EIA/TIA 455-3A,
(Temp. dependence of Attenuation) 2 cycles
5 Attenuation with Bending (Bend
performance)
6. Mode Field dia. EIA/TIA 455-164A/167A/174
7. Chromatic Dispersion EIA/TIA455-168A/
______________________________________________________________________________________________
Section 15- Power and Control Cables Page 14 of 16
169A/175A
8 Cladding Diameter EIA/TIA 455-176
9 Point Discontinuities of attenuation EIA/TIA 455-59
10 Core-Clad concentricity error EIA/TIA 455-176
-- End of Table---

2.9.2 Factory Acceptance Testing

The tests listed in Table 2-3 shall be carried out as Factory Acceptance Test for
Underground fibre optic cable.

Table 2-3

Factory Acceptance Tests on Underground Fibre Optic Cable

S.No. Factory Acceptance Test


1. Attenuation Co-efficient (1310,1550, and Water Peak)
2. Point discontinuities of attenuation
3. Chromatic Dispersion
4. Visual Material verification and dimensional
checks as per approved drawings
5. Resistance to Water Ingress test
6. Tensile strength test/Strain test
7. Impact test
8. Kink test

SECTION-III : QUALITY ASSURANCE PROGRAMME

To ensure that the equipment and services under the scope of contract, whether
manufactured or performed within the contractors work or at his sub contractors premises
or at the owners site or at the other place of the work are in accordance with the
specifications, the contractors shall adopt suitable quality assurance programme to control
such activities at all points, as necessary. Such programme shall be outlined by the
contractor and finally accepted by the owner/authorize representative after discussion
before the award of contract. The QA programme shall be in line with ISO 9001/IS-
14001.

GENERAL REQUIREMENTS QUALITY ASSURANCE

All materials, components and equipment covered under this specification shall be
procured, manufactured, erected, commissioned and tested at all stages, as per
comprehensive quality assurance programme. An indicated programme of the
inspection/tests to be carried out by the contractor for some of the major items is given in
the respective technical specifications. This is however, not intended to form a
comprehensive programme as it is the contractor responsibility to draw up and implement
such programme duly approved by the owner. The detailed quality plans for
manufacturing and field activities should be drawn by the bidder and will be submitted to
owner for approval. Schedule of finalization of such quality plans will be finalized before
award.

Manufacturing quality plan will detail out for all the components and equipments, various
tests/inspection, to be carried out as per the requirement of this specification and standards
mentioned therein and quality practices and procedure followed by contractors quality
control organization, the relevant reference document and standards, acceptance norms,
______________________________________________________________________________________________
Section 15- Power and Control Cables Page 15 of 16
inspection documents raised etc. during all stages of material procurement, manufacturer,
assembly and final testing performance testing.

Field quality plans will detail out for all the equipment the quality practices and
procedures etc. to be followed by the contractors site quality control organization, during
various stages of site activities from receipt of materials/equipment at site.

The Contractor shall also furnish copies of the reference documents/plant standards/
acceptance norms/tests and inspection procedure etc., as referred in quality plans
alongwith quality plans. These quality plans and reference documents/standards etc. will
be subject to Owner’s approval without which manufacture shall not proceed. These
approved documents shall form a part of the contract. In these approved quality plans
Owner shall identify Customer Hold Points (CHP), i.e. test/checks which shall be carried
out in presence of the Owner’s engineer or his authorized representative and beyond which
the work will not proceed without consent of Owner/authorized representative in writing.
All deviations to this specification, approved quality plans and applicable standards must
be documented and referred to Owner alongwith technical justification for approval and
disposition.

No material shall be dispatched from the manufacture’s work before the same is accepted
subsequent to pre-dispatch final inspection including verification of records of all previous
tests/inspection by Owner’s engineer/authorized representative, and duly authorized for
dispatch issuance of MDCC.

All material used for equipment manufacture including casting and forging etc. shall be of
tested quality as per relevant codes/standards. Details of results of the tests conducted to
determine the mechanical properties, chemical analysis and details of heat treatment
procedure recommended and actually followed shall be recorded on certificates and time
temperature chart. Tests shall be carried out as per applicable material standards and/or
agreed details.

______________________________________________________________________________________________
Section 15- Power and Control Cables Page 16 of 16
SECTION-XVI

CCTV
Section-16

Visual monitoring system for Remote monitoring of unmanned new S/stn equipment

Visual monitoring system (VMS) for effective watch and ward of sub -station premises
covering the areas of entire switchyard, Control Room cum Administrative building, Fire
lighting pump house, stores and main gate, shall be provided. The contractor shall design,
supply, erect, test and commission the complete system including cameras, Network video
recorder system, mounting arrangement for cameras, cables, LAN Switches, UPS and any
other items accessories required to complete the system. To provide all the necessary
licenses to run the system successfully shall be in the scope of contractor.
System with Color IP cameras for VMS surveillance would be located at various locations
including indoor areas and outdoors switchyard and as per the direction of Engineer-In-
charge. The VMS data partly / completely shall be recorded (minimum for 15 days) and
stored on network video recorder.
The number of cameras and their locations shall be decided in such a way that any location
covered in the area can be scanned. The cameras shall be located in such a way to monitor at
least: The operation of each and every isolator pole of the complete yard (including future
scope).
1. All the Transformer and Reactors (including future scope).
2. All the Entrance doors of Control Room Building and Fire-fighting Pump House and
Switchyard Panel Room.
3. All the gates of switchyard.
4. Main entrance Gate.
5. All other Major Equipments (such as CB, CT, CVT, LA etc. for present and future)
The cameras can be mounted on structures, buildings or any other suitable mounting
arrangement to be provided by the contractor.

1.1 Technical requirements of major equipment of Visual Monitoring System.

1.1.1 The Video Monitoring system shall be an integrated system with IP network centric
functional and management architecture aimed at providing high-speed manual /
automatic operation for best performance.
1.1.2 The system should facilitate viewing of live and recorded images and controlling of
all cameras by the authorized users.
1.1.3 The system shall use video signals from various types of indoor/outdoor Charge
Couple Device (CCD) color cameras installed at different locations, process them for
viewing on workstations/monitors in the control Room and simultaneously record all
the cameras after compression H 264 / MPEG 4 or better standard. Mouse/joystick-
keyboard controllers shall be used for Pan, Tilt, Zoom, and other functions of desired
cameras.
1.1.4 The system shall provide sufficient storage of all the cameras recordings for a period
of 15 days or more @ 25 FPS (Frame Per Second), at 4 CIF (Common Intermediate
Format) or better quality using necessary compression techniques for all cameras. It

Section 16 - Technical Specifications of Visual Monitoring System Page 1 of 8


shall be ensured that data once recorded shall not be altered by any means. The
recording resolution and frame rate for each camera shall be user programmable.
1.1.5 The surveillance VMS System shall operate on 240 V, 50 Hz single-phase power
supply. System shall have back up UPS power supply meeting the power supply need
of all the cameras in the stations including those which are installed at gate for a
period of 2 hours. The bidder shall submit the sizing calculation for the UPS
considering the total load requirement of Video Monitoring System.

1.2 System Architecture


The conceptual system architecture of the visual monitoring system is described
below:

Outdoor EHV
environment and
transmission can be
through OFC with
convertor or cable

1.3 System requirements:

a) System must provide built-in facility of watermarking or Digital certificate to


ensure tamperproof recording.
b) All cameras may be connected through a suitable LAN which shall be able to
perform in 400 / 220kV class sub-station environment without fail.
c) All camera recordings shall have Camera ID & location/area of recording as well
as date/time stamp. Camera ID, location/Area of recording & date/time shall be
programmable by the system administrator with User ID & Password.
d) Facility of camera recording in real-time mode (25 FPS)/15/12.5/10 or lower FPS
as well as in any desired combination must be available in the system.

Section 16 - Technical Specifications of Visual Monitoring System Page 2 of 8


e) Facility of Camera recording in HD (1280X720p), D1, 4CIF, CIF, VGA, as well
as in any combination i.e. any camera can be recorded in any quality.
f) System to have facility of 100% additional camera installation beyond the
original planned capacity.
g) In order to optimize the memory, while recording, video shall be compressed
using H 264 / MPEG-4 or better standard and streamed over the IP network.
h) System shall be triplex i.e. it should provide facility of Viewing, Recording &
Replay simultaneously.
i) The offered system shall have facility to export the desired portion of clipping
(from a specific date/time to another specific date/time) on CD or DVD.
Viewing of this recording shall be possible on standard PC using standard
software like windows media player etc.
j) System shall have provision of WAN connectivity for remote monitoring. The
client can log into WAN and then monitor the live video / recorded video of the
substation.
k) The contractor shall provide the Software Development Kit (SDK) and
Application Program Interface (API) for all the system software’s including NVR
/ Cameras installed under the CCTV system.
The Software Development Kit (SDK) / Application programming interface
(API) for the NVR and the cameras shall be supplied including for the future
integration of the following functions with visual monitoring system
(i) Camera- Network device discovery, live video streaming, video capture
configuration, video compression configuration, event and metadata
configuration, storage recording.
(ii) NVR- Network device discovery, video capture configuration, video
compression configuration, video recording control, video recording
search, video replay control.
l) The equipment should generally conform to Electro magnetic compatibility
requirements for outdoor equipment in EHV switchyards. The major EC
required for Cameras and other equipment shall be as under:

Technical Specification for Visual Monitoring System

1. Electrical Fast Transient (Level 4) - As per IEC 61000-4-4


2. Damped Oscillatory ( 1 MHZ and 100 KHZ) (Level - As per IEC 61000-4-12
3)
3. AC Voltage Dips & Interruption/Variation (Level 4) - As per IEC 61000-4-12
4. Electrostatic Discharge (Level4) - As per IEC 61000-4-2
5. Power Frequency Magnetic Field (Level 4) - As per IEC 61000-4-8
6. Ripple on DC Power Supply (Level 4) - As per IEC 61000-4-17

Type test reports to establish compliance with the above requirement shall be submitted
during detailed engineering.

Section 16 - Technical Specifications of Visual Monitoring System Page 3 of 8


1.3.1 Video Surveillance Application Software

a) Digital video surveillance software control software should be capable to display and
manage the entire surveillance system. It should be capable of supporting variety of
devices such as cameras, video encoder, servers, NAS boxes/Raid back up device
etc.
b) The software should have inbuilt facility to store configuration of encoders and
cameras.
c) The software should support flexible 1/2/4/8/16/32 window split screen display mode
and scroll mode on the PC monitor.
d) The software should be able to control all cameras i.e. PTZ control, Iris control, auto
/ manual focus, and color balance of camera, selection of presets, video tour selection
etc.
e) The software should have user access authority configurable on per device or per
device group basis. The system shall provide user activity log with user ID, time
stamp, action performed etc.
f) The users should be on a hierarchical basis as assigned by the administrator. The
higher priority person can take control of cameras, which are already being
controlled by a lower priority user.
g) It should have recording modes, viz. continuous, manual, or programmed modes on
date, time and camera-wise. All modes should be disables or enabled using
scheduled configuration. It should also be possible to search and replay the recorded
images on date, time and camera-wise. It should provide onscreen controls for
remote operation of PTZ cameras. It should have a facility for scheduled recording.
Different recordings speeds (Fps) and resolution for each recording mode for each
camera should be possible.
h) The software for clients should also be working on a browser based system to
remote users. This will allow any authorized user to display the video of any desired
camera on the monitor with full PTZ and associated controls.
i) Retrieval: The VMS application should allow retrieval of data instantaneously or any
date/time interval chosen through search functionality of the application software. In
case data is older than 15 days and available, then the retrieval should be possible.
The system should also allow for backup of specified data on any drive like DVD’s
or any other device in a format which can be replayed through standard PC based
software. Log of any such activity should be maintained by the system.
j) VMS shall provide the full functionality reporting tool which can provide reports for
user login/logoff, camera accessibility report, server health check reports etc.

1.3.2 Network video recorder

The Network recorder shall include at least Server (min 3.0 Ghz, 4GB RAM,
3000GB HDD (min)), RAID 5 with suitable configuration along with colored
TFT 22” High resolution monitor and internal DVD writer. Windows XP/7 Prof. or
VMS compatible operating system latest version with hardware like graphic cards,
licensed anti virus etc.

Section 16 - Technical Specifications of Visual Monitoring System Page 4 of 8


Further the digital video recorder shall conform to the following requirements:

1. Server Spec Intel Quad core (or better) 3.0 Ghz (min.),
8MB cache, 4GB RAM with suitable
NVIDIA graphics card, 3TB HDD, Raid 5.
2. Recording and display Real time 25 frames per second per channel,
Frame rate manual select.
3. Recording Resolution PAL: 1280 X 720, 704(H) X 586 (V). It
should be possible to select lower
resolutions.
4. Compression Method H.264 / MPEG-4 or better and latest.
5. Video Motion Detection Standard and built-in (selectable in menu).
Capable
6. Monitoring Options Split Screen 1, 2, 4, 8, 16, 32 or more
cameras.
7. Playback options Search, still image capture.
8. Alarm / Event Recording To be provided with built-in external alarm
Capable input / output ports minimum (8 in, 2 out)
9. Network Operation Capable To be provided by using WAN or LAN
router.
10. Remote internet viewing Using WAN or LAN router.
Capable
11. HDD storage consumption 1GB ~per hour/channel variable based on
frame speed and resolution setting, as well as
compression
12. Operation Triplex operation (simultaneous recording,
playback, network operation)
13. Number of Video Channel 32
14. Audio Recording Capable 32
15. Input Voltage 230V AC or equivalent with UPS as a back
up of 30mins.

1.3.3 VMS camera


a) The color IP camera for substation shall have PAN, TILT and ZOOM facilities so
that it can be focused to the required location from the remote station through a
controller. Whereas wireless IP cameras with PTZ controls are required for
installation at gates of the DELHI TRANSCO premises as per the direction of
Engineer-In-Charge
b) The IP Camera at the main gate can be fixed or PTZ based and shall be used for
monitoring entry and exit
c) The cameras must be of Day and Night type. The cameras must be controllable for
use in black & white mode when needed. The cameras shall have provision to
operate with enhanced sensitivity in the darkest conditions.
d) The cameras must be operative in automatic mode for switching from day mode to
night mode depending on the ambient natural light intensity without having to
manually operate. All cameras shall be operative in color in day and black &
white mode in low illumination condition.

Section 16 - Technical Specifications of Visual Monitoring System Page 5 of 8


e) It should have sufficient range for viewing all the poles of isolators and other
equipments with high degree of clarity.
f) The VMS cameras shall be suitable for wall mounting, ceiling mounting and
switchyard structure mounting.
g) Cameras shall be connected through cable and / or optical fiber cable to visual
monitoring system. If OFC interface is not available in the camera suitable media
converters placed in weather proof outdoor cubicle should be supplied. Camera
should also have the provision for wireless connection.
h) The camera shall meet the following requirement:
• Build in surge and lighting protection
• Communication: RS232, RS485, TCP/IP
• UL certified.
i) It shall be possible to define at 128 selectable preset locations so that the cameras
get automatically focused on the selection of the location for viewing a predefined
location.
j) The camera should be able to detect motion in day & night environment having
light intensity of color: 0.5 Lux; B&W: 0.05 Lux.
k) Housing of cameras meant for indoor use shall be of IP 42 or better rating whereas
outdoor camera housing shall be of IP 66 or better rating. Weather resistant
sunshields shall be provided in the camera housing for all cameras required to be
installed outdoors. Enclosure shall have provision to avoid fogging during high
humidity conditions. Housing shall be robust and not have effect of
electromagnetic induction in 400 / 220 KV switchyard.
l) All camera recording shall have Camera ID & location / Area of recording as well
as date / time stamp. Camera ID , Location / Area of recording & date / time shall
be programmable by the system administrator with user ID & password.
m) Facility of camera recording in real time mode (25 FPS)/ 15 / 12.5 / 10 or lower
FPS as well as in any desired combination must be available in the system.

A. Outdoor IP Fixed Megapixel Camera Specifications (for Main Gate)

1. Image sensor 2 Megapixel Progressive , 1/3” CMOS/CCD


sensor, minimum illumination 0.1 lux
2. Min Luminous 0.5 Lux (Color), 0.05 lux (Black)
3. Camera enclosure IP 66 Grade
4. Iris/Focus Auto/Manual
5. Video
Compression Dual Stream H.264 and MPEG user selectable
6. Support Dual- Primary/secondary stream, H.264 and MPEG 4
Stream optional
7. Video Definition Primary stream 1600 X 1200, 1280 X 960, 1280 X
720, Secondary stream 800X 600, 400 X 288, 192 X
144
8. Video Parameters Brightness, Hue, Contrast, Saturation and image
Quality

Section 16 - Technical Specifications of Visual Monitoring System Page 6 of 8


9. Video Frame Rate
PAL:1-25 frames/sec
NTSC: 1-30 frames/second
10. Video Compression 32Kbit / S – 6Mbit / S
BR
11. Video Output One Channel Composite Streaming
12. Supported Protocols TCP, UDP, IP, HTTP, FTP, SMTP, DHCP, DNS,
ARP, ICMP, POP3, NTP, IPSec, UpnP, RTP, RTCP.
13. Operating
-5 ~ +50o C
Temperature
14. Operating Humidity 10 ~ 90 %

B. Outdoor IP66 PTZ HD Camera Specifications (For Switch Yards)

1. Image sensor 1/3 type Solid State Progressive Scan CCD, WDR
(High Definition)
2. Security Multiple user access with password protection
3. Effective Pixels (PAL): Main Stream: 1280x720, Sub Stream :
640x360, 320x280 selectable
4. Compression Dual Stream H.264 and MPEG 4 user selectable
5. Signal System 50 Hz
6. S/N (signal to noise) Better than 50 dB
ratio
7. Electronic Shutter 1/60 ~ 1/10,000 sec. automatic or better
8. Scanning System Progressive / interlace.
9. Low Light Color: 0.5 Lux; B&W : 0.02 Lux
Sensitivity (Lux)
10. Lens Min. 10x (minimum) optical in high Definition (The
system shall be able to zoom the images on the
monitor without any distortion to the maximum
level of optical zoom)
11. Lens size Minimun 4.1 ~ 73.8 mm
12. PTZ Data Transfer Selectable 2400 bps / 4800 bps / 9600 bps
Baud / Bit Rates
Supported
13. Lens Aperture F1.6 (wide) ~ F2.8(tele), f= 4.1 ~ 41.0mm, 10X zoom,
Video Auto Focus, Angle of view Horizontal : 52o
(wide), 2.8o (tele)
14. Panning range Complete 360 degrees (horizontal)
15. Pan Speed Adjustable, 0.1 degree / second ~ 250 degrees / second
16. Tilting Range Minimum 180o Tilt Rotation
17. Tilt Speed Adjustable, 0.1 degree / second ~ 150 degrees / second
18. In Build Storage Camera should have inbuilt storage TF or SD format
for recording and storing pictures
19. IP Class IP 66 Standard
20. Working
-0oC ~ +50oC
Temperature
21. Working Humidity 10 ~ 90 %

Section 16 - Technical Specifications of Visual Monitoring System Page 7 of 8


1.3.4 PTZ- Keyboards

The features of PTZ shall include

• Fully functional dynamic keyboard / joystick controllers


• Controls all pan, tilt, zoom, iris, preset functions
• Control up to 255 units from a single keyboard
• Many preset options and advanced tour programming
• Compatible with all connected cameras

Wired keyboard control operation of PTZ


1. Key Application
functions for weatherproof dome cameras
Pan / Tilt / Zoom
2. Protocol Languages Selectable
Supported
PTZ Data Transfer Baud Selectable 1200 bps / 2400 bps / 4800 bps /
3.
Rates Supported 9600 bps
Dynamic joystick for smooth camera
4. Additional Features movements, preset location option for
quick access to frequently monitored areas.

2.0 Future Integration


In future the system should able to integrate at central control location. Hence the
system should be based on open platform. Otherwise the contractor must provide the
Software Development Kit(SDK) and Application Program Interface (API) for all the
system software ‘s including NVR / Cameras installed under the project. These
solution shall provide a unified device interface to devices, including different kinds
of third party devices as follows defined by ONVIF standards. The contractor shall
assist for future intergration.

3.0 Cable and Other Accessories


Any optical fiber cable used in the project shall be suitable for transmitting the video
signal from camera to media converter and further to server without any loss to signal.
The copper cable being used shall be suitable for 1100 V rating and shall confirm to
respective IS standards. The media converters and switches should be suitable for
continuous operation. The outdoor rack shall be suitable for all weather conditions
with locking arrangement.
Location of cable laid directly under ground shall be indicated clearly by cable marker
made of galvanized iron plate. These markers shall be spaced at an interval of 30
meters and at every change of direction in the cable laid area.

4.0 Training
The training for configuration of camera, software shall be offered at respective sites
by contractor.

Section 16 - Technical Specifications of Visual Monitoring System Page 8 of 8


SECTION-XVII

FIBRE OPTIC TERMINAL


EQUIPMENT (FOTE)
Section-17

Technical Specification of Fibre Optic Terminal Equipment (FOTE)

1.1. Introduction of Scope and General Requirement of FOTE

This document describes the technical specifications of FOTE equipment to be installed in


Fiber Optic communication system for terminating optical cable.

The FOTE equipment shall be designed to operate in electrical high-voltage networks and
shall be suitable for installations in substations with harsh environment and high
electromagnetic interference conditions. It shall be highly reliable and provide secure
communications for real time signals such as DATA, VOICE, IP/ETHERNET, SCADA,
TELE-PROTECTION and Line Current Differential Relay Communication including
status/control signals. The equipment offered shall already be working successfully in
telecommunication networks operated by power utilities. It shall comply with the latest ITU-T
recommendations and ETSI standards and be able to be interconnected with legacy
multiplexers and other telecommunication equipment.

For each location, the supplier is required to assess the environmental conditions for the
equipment to be installed under this specification. The supplier shall be responsible for all
necessary enclosure, rack or equipment upgrades etc. to ensure the proper operation of the
installed equipment.

The equipment shall be in line with current practice as followed by Department of


Telecommunication (Govt. of India) or by internationally accepted practices for
communication system.

The security related requirements of the equipment shall be as per DoT (Department of
Telecommunication) guidelines and all similar security requirements as amended by DoT on
time to time basis shall be followed/complied by the supplier.

Equipment supplied shall be supported for its maintenance and availability of spares by its
OEM for minimum 7 years from the date of its supply.

Integration: bidder / supplier should be responsible to integrate the entire supplied equipment
with the existing communication system (PLCC, OLTE, OFC, MUX, EPAX and RTU etc.).The
supplier should supply any necessary hardware, cards, cables, connectors etc. Required in
supplied & existing system for integration without any additional cost.

1.2. General Characteristics

1.2.1. Description - FOTE communication system

The proposed FOTE communication system shall be fiber optic based SDH Transmission
equipment and PDH Terminal Equipment. SDH shall be used for transmission and PDH
equipment for termination of voice, data and Tele -protection interfaces, Distance relays /
Line current differential relay communication.

Section 17-Tech Specs of Fibre Optic Terminal Equipment (FOTE) Page 1of 13
SDH equipment shall be a separate Terminal, which shall support to STM-4 capacity network
interfaces with minimum 3 MSP (Multiplex Section Protection) directions which shall be
field upgradeable by simply changing the required SFPs.

PDH Equipment shall support the Voice & Data communication requirements of RTUs,
SCADA / EMS system, PABX and other Power system interfaces such as Distance Relays,
Line Differential Current Relay communication, Tele-protection signalling.

The FOTE system, comprising of SDH and PDH equipment shall meet all the
communications requirements of the substation and shall provide data & voice connectivity
across the various locations or connectivity of RTUs with Control Centre.

The RTUs located at various locations will report to Control Centre using IEC 60870-5-101
or IEC 60870-5-104 / IEC-61850 Protocol. The proposed communication system shall
provide connectivity of some RTUs over TCP/IP protocol using Ethernet interface and other
RTUs over serial interface.

1.3. Functional Requirement

The primary function of the FOTE is to provide a highly reliable voice and data
communication with support of the SCADA/EMS and tele-protection signalling.
A brief summary of the communication system requirements is as follows:

(a) Ethernet over SDH


(b) The connectivity envisaged between RTUs and Control Centre is Wide Area
Network (WAN) on TCP-IP using IEC 60870-5-104
(c) High speed E1 channel support
(d) 64kbps & Nx64kbps data channel support
(e) Low speed (300 -19200 bps) data channel support
(f) Voice (2 wires / 4 wires) channel support.
(g) C37.94 optical interface supports for Distance Relay Communication / Tele-
protection signalling and Line Current Differential Protection Relay
Communication.
(h) Data transport supporting Network Management channels

1.3.1. General Systems Requirements

Required characteristics are defined and specified herein at the system level, subsystem level,
and equipment level to provide 1:1 redundancy at all critical levels and to ensure maximum
uptime and system availability.

1.3.2. System Upgradeability and Expandability

Equipment supplied shall be sized (though not necessarily equipped) to support system /
subsystem expansion to full capacity as required for specified aggregate transmission rates.
Equipment units provisioned for equipped subunits shall be terminated at appropriate
patching facilities or termination blocks. Power supplies shall be appropriately sized for
maximum equipped system capacity.

Section 17-Tech Specs of Fibre Optic Terminal Equipment (FOTE) Page 2of 13
1.3.3. General Physical Characteristics

All supplied equipment shall be new and of the finest production quality. The Employer will
not accept modules or printed-circuit boards that are modified by appending wires or
components. Wired strapping options shall be incorporated in the board design to meet the
above requirement.

1.3.4. Redundancy Requirements and Protection Schemes

Equipment redundancy and Automatic Protection Schemes (APS) are specified in the Table 1.
The failure of one element shall not prevent the use of any other that has not failed.
Table 1

FOTE 1:1 Redundancy Requirements - SDH

Power Supply -------------------------- 1:1 APS or distributed power supply

Common control* cards-------------- 1:1 APS

* = Common control card which must


provide 1:1 Redundancy and are required for
operation of the equipment and include:

(a) Processor
(b) Cross-Connect
(c) Timing
(d) SDH Network Interfaces

FOTE 1:1 Redundancy Requirements – PDH

Power Supply -------------------------- 1:1 APS or distributed power supply

Common control* cards-------------- 1:1 APS

* = Common control card which must


provide 1:1 Redundancy and are required for
operation of the equipment and include:

(e) Processor
(f) Cross-Connect
(g) Timing
(h) E1 Network Interfaces

Section 17-Tech Specs of Fibre Optic Terminal Equipment (FOTE) Page 3of 13
The offered equipment shall support automatic switchover function between the redundant
modules and all required modules and hardware to support the automatic switch over shall be
provided by the Supplier.

1.3.5. Lost Signal Recovery


At any digital signal level, reapplication of a lost signal shall result in automatic
resynchronization and full restoration to normal operation without manual intervention. All
alarms incident to the signal failure, shall be automatically cleared at the equipment, rack and
monitoring levels and normal operation indications restored and reported if applicable.

1.4. Functional Description

1.4.1. FOTE Requirements

The Supplier shall be required to provide a FOTE package that shall include SDH and PDH
(E1 Drop & Insert Multiplexer) FOTE Equipment in compliance with the electrical input-
output characteristics provided in Table 2&3.

The SDH transmission network node should be equipped with minimum three ports of STM-
1/4 for optical interface 16xE1 and 8xFastEthernet interface (L2). For clarity, the basic
functions accomplished at the network nodal points, are described briefly as follows:

The E1 Primary Rate PDH multiplexer shall connect to the E1 interface provided by the SDH
Transmission Equipment and used to accomplish Digital Access Cross-Connect (DACS) as
well as subscriber connectivity to the Digital Communication Network. Subscriber Line Units
shall provide analog to digital and direct digital conversion to 64Kbps digital channel in the
Conference of European Postal and Telecommunications Administration (CEPT) standard
hierarchy, thirty (30) such 64 Kbps digital channels shall be Time-Division Multiplexed
(TDM) resulting in a single 2.048 Mbps (E1) digital bit stream totalling up to sixty (60) such
64 Kbps analog / digital channels to be accommodated in a single chassis.

Digital Drop-Insert and Branching Equipment shall be used to digitally interface a small
number of channels at spur locations without requiring successive D/A and A/D conversions
of the throughput channels.

The Digital Cross Connect Equipment (DACS) must be an intergraded part of the primary
(E1) Multiplexer stream to support Digital Access Cross-Connect (DACS), Drop-Insert as
well as PDH Primary Rate Terminal Equipment functions.

The equipment shall also have an interface for external 2048 kHz synchronization signal
according to ITU-T Recommendation G.703.

1.4.2. Drop & Insert Multiplexing

Drop & Insert multiplexing in conformance with CEPT E1 characteristics shall be required at
locations where the subscriber requirement is minimal. The drop and insertion of up to 60 x
64 Kbps channels supporting subscriber line units (SLU) shall be required at intermediate
locations. The Drop & Insert Muxes supplied shall be performance and card compatible with

Section 17-Tech Specs of Fibre Optic Terminal Equipment (FOTE) Page 4of 13
the Channel Bank Equipment provided so that all Subscriber Line Interface cards are
interchangeable.

SDH Transmission and Multiplexing Equipment


(Table-2)

Network Interfaces: Field Upgradeable between STM-1, STM-4, by changing the SFP

Cross connect Capacity: 20G

Optical Wavelength NOTE (1) : 1310/1550nm

Optical Source NOTE (2) : Laser

Optical Source Life Span: Better than 5x105hours

Optical Fibre Type: G.652 D

Optical Connectors: Type LC

Transmission Quality: Per ITU-T G.821, G.823, G.826

Source Primary Power -48 Vdc

Equipment Specifications: Per ITU-T G.783

Tributary, Electrical Interface: Per ITU-T G.703, 75 _

Ethernet Interface: 10/100 Mbps

SDH Bit Rates: Per ITU-T G.703

Optical Interfaces: Per ITU-T G.957, G.958

Frame and Multiplexing Structure for SDH: Per ITU-T G.707

Synchronization: Per ITU-T G.813

Management Functions: Per ITU-T G.774, G.784

Protection Architectures: Per ITU-T G.841

Built In Testing and Alarms: Per ITU-T G.774, G.783, G.784

Section 17-Tech Specs of Fibre Optic Terminal Equipment (FOTE) Page 5of 13
NOTE (1) Optical wavelength shall be selected considering the characteristics of the optical
fibre and the link budget.

NOTE (2) Eye Safety for Laser Equipment: To avoid eye damage, when a receiver detects a line
interruption, it is required that the optical power of the laser shall be reduced to Safe limits on
the transmitter in the opposite direction as per ITU-T G.958.

NOTE (3) In case other than FC-PC connector is provided in the equipment, suitable patch cord
with matching connector are to be provided to connect with FODP

PDH, E1 Primary Rate Multiplexing Equipment


(Table-3)

Applicable Standards: PDH per CCITT Recommendation G.703, G.704,G.711 and G.712

Total Number of Up to 60 X 64 Kbps


Tributaries:

Alternative Sub-rate n X 64 Kbps V.36


Tributaries:
64Kb/s V.11/V.36

Output Aggregate Rate: 2.048 Mb/s ± 50 ppm


Interface Code: HDB3
Impedance: 75 ohm unbalanced
Peak Level @ 120 ohm: 3.0 volts ± 10%
Peak Level @ 75 ohm: 2.37 volts ± 10%
Maximum Insertion Loss: 6 dB
Signal Waveform: Per CCITT G.703

Frame Structure: Per CCITT G.742

Jitter Performance: Per CCITT G.823

Primary Power Supply -48 Vdc


Voltage:

1.4.3. Mux and Drop / Insert Functions

The offered FOTE package must be capable of providing up to at least 60, 64 Kbps channels
voice, data and C37.94 Optical Tele-protection coupler channels interfacing requirements
which are defined at the subscriber line level. Primary multiplexing in conformance with
CEPT E-1 characteristics shall be used to provide first order multiplexing of up to 60
Subscriber Line Units (SLUs).

Section 17-Tech Specs of Fibre Optic Terminal Equipment (FOTE) Page 6of 13
1.4.4. Subscriber Line Units / Subscriber Line Interface Cards

The terms Subscriber Line Interface Cards and Subscriber Line Units (SLU) have been used
interchangeably throughout the specification. Multiple configurations of SLUs shall be
required to provide subscriber to primary multiplexer bank interfacing for a variety of voice
and data communications. In case there are changes in number or type of cards because of
changes in channel requirements, the contract price shall be adjusted accordingly.

The SLU interface requirements are discussed in the following subparagraphs:

(a) Voice Channels

The voice channel requirement is for (I) 4-Wire E&M trunking in support of PABX trunks &
PLC VF and (II) 2-Wire telephonic interfaces. 2 wire SLUs shall be DTMF/TP optioned for
2-wire loop start or 2-wire GND start. The voice cards shall utilize ITU.T A - law
commanded PCM G.711, 64 Kbits/s encoding.

(b) Sub-Channel Data Multiplexing

For this Project, the RTU data interface to the wideband telecommunications network node
shall be defined at the DTE level at low-speed rates of 300, 600 and 1200 baud. The port shall
be compatible with RS232C interface. The Supplier shall be required to furnish 64 Kbps SLU
asynchronous dataplexing for at least 4 selectable low speeds DTE interfaces whenever
multiple asynchronous data circuits are required.

(c) Synchronous Data

The Supplier shall provide a direct DTE interface for synchronous communications at speed
of 64Kbps and compatible with CCITT G.703 Kbit/s, V.35 and X.21 interfaces. Data rate
selection shall be switch selectable or programmable.

(d) Nx64 kbps Synchronous Data

There is also a requirement for N x 64 kbps V.35, X.21 interfaces. The tentative quantities
have been identified in the appendices. However the final BoQ shall be worked out during
detailed design.

C37.94 Optical Interfaces for connecting to Digital Protection Couplers to provide Distance
Tele-protection

There is a requirement to connect to Digital Protection Couplers to provide Distance Relay /


Line current differential relay communication& Tele-protection using C37.94 channels.
Necessary interfaces required to in the FOTE need to be provided for successful transmission
of data/commands of Current Differential relay/Tele-protection signalling equipment/ inbuilt
Tele-protection of Distance relay.

Section 17-Tech Specs of Fibre Optic Terminal Equipment (FOTE) Page 7of 13
1.4.5. Drop-Insert and Cross-Connect Functions and Capability

The FOTE shall be fully capable of implementing standard applications such as “Groom and
Fill", Drop & Insert/Bypass, Broadcast Routing at 64Kps, Primary Rate Channel Level.

1.5. MDF, DDF and Cabling

For the purposes of the specification, the supplier shall provide cabling, wiring and MDFs
interfacing to the wideband telecommunications system. Equipment and material components
for MDF and cabling are also part of this procurement. It shall be the supplier's responsibility
to provide all cable support required for full supplied equipment interconnection with the
MDF and shall be in accordance with communications industry standard practices and the
requirements mentioned in the technical specifications.

1.5.1. MDF Patching Facilities

The Supplier shall supply and install all cabling, wiring, connectors, cross connects, Main
Distribution Frames (MDF) associated with the installation and interconnection of equipment
procured under this package as follows:

(a) Cabling (including connectors) for E1 level connections from SDHDDF to new PDH
equipment. To the extent possible, existing cable at site shall be used.

(b) MDF for termination of all the subscriber channels at new PDH node

(c) Cabling and connectors required to enable subscriber-to-subscriber circuits over the
telecom network. The Line side of the MDF shall be cabled to the Primary Multiplex and
the equipment side shall be cabled to the MDF of the assigned subscriber (PLCC, PABX,
Telephone at wideband locations etc.)

(d) Any other cables, connections etc. required for a fully functional, integrated telecom
system.

The connections amongst various equipment such as termination equipment and subscriber
MDF set shall always be routed through DDF and MDF to provide maintenance access.

1.5.2. Main Distribution Frames

The Supplier shall make provision for cross connection of subscriber services to the
subscribers utilizing Krone or equivalent and shall provide full connectivity up to and
terminated on the equipment side of the appropriate DDFs and line side of MDFs. The
Supplier shall terminate on the equipment side of patching facilities provided by other
contracts and shall provide DSX type patching facilities supporting aggregate bit streams (i.e.
dataplexers and E-1 Channel Banks). Separate patch panels or MDFs shall be provided for
Data and Voice. All cross connects shall be accomplished utilizing one, two or three pair
patch cords. Patch plugs are permissible for direct one-to-one circuit "cut-thru".

Section 17-Tech Specs of Fibre Optic Terminal Equipment (FOTE) Page 8of 13
1.6. Craft Terminal

Each equipment (Drop/Insert Multiplexer and DACS etc.) on the fibre optic communication
network shall include provision for connecting a portable personal computer (PC) to be
known as craft terminal to support local commissioning and maintenance activities. Through
the use of this PC and local displays/controls, the operator shall be able to:

(a) Change the configuration of the station & the connected NEs.

(b) Perform tests

(c) Get detailed fault information

The craft terminal shall be connected to the interface available in the communication
equipment. Portable (Laptop) computers (craft terminal) complete with necessary system and
latest application software to support the functions listed above.

1.6.1. Hardware Requirements Craft Terminal configuration

The Craft Terminal shall be a Laptop PC having minimum configuration of Intel i5


Processor, 14-15” Display, 4GB RAM, DVD-RW Drive, 1TB Hard Disk Drive, WiFi,
Keyboard with Touchpad, USB ports, latest MS Windows OS, 2.5-3 hours battery back-up
capacity.

1.6.2 Patch Cables & accessories


All patch cords, screws and accessories etc for successful installation & commissioning

1.7. Minimum Base Configuration

This configuration may be increased appropriately during detailed engineering process to


meet the communication requirement and for making the system fully operational. Following
is the minimum base configuration for FOTE equipment to be supplied by the contractor.

S.No Description Qty Remark


1 STM-4 SDH with 3MSP Protected Directions
1.1 Base Equipment (with all common cards, cross- 01 No
connect /control cards, optical base cards, power
supply cards, power cabling, other necessary
hardware accessories including sub-rack, patch
cords etc.)
1.2 Optical Interfaces / SFPs (SFPs as per optical link 06 Nos.
budget)
1.3 Tributary Cards
1.3(a) E1 Interfaces 16 E1
1.3(b) Ethernet Interface 10/100 Mbps with L2 08 Interfaces
Switching
1.3(c) Digital Distribution Frame 01 No

Section 17-Tech Specs of Fibre Optic Terminal Equipment (FOTE) Page 9of 13
2 PDH Terminal Equipment
2.1 Base Equipment (Common cards, control
cards, optical base cards, power supply
cards, power cabling, other necessary
hardware accessories including sub-rack)
2.2 Subscriber Line Interface Cards
2.2(a) 2 wire (sub/sub) voice channel card 8 voice channels
2.2(b) 4 wire (E&M) voice channel card 8 voice channels
2.2 (c) Asynchronous sub channel data card 4 data channels
(V.24/V.28)
2.3 Main Distribution Frame (MDF) for 100 1 No.
pairs
2.4 C37.94 Optical Couplers for Differential Qty as per
Relays & Tele-protection* requirement

*To be decided during detailed engineering


in consultation with Protection Division

3 Equipment Cabinet
3.1 For SDH and PDH equipment 1 Nos.
(Additional cabinet to be supplied, if more equipment
space is required for supplied equipment.)
4 Craft Terminal
4.1 Laptop PC with latest MS Windows OS and 1 No.
application software for management of SDH & PDH

5 Patch Cables & accessories (All patch cords, screws 1 set


and accessories etc for successful installation &
commissioning)

1.8. Tests

The tests shall conform to all Type, routine and acceptance tests as per applicable relevant
standards like IS, IEC, ITU standards etc. issued from time to time.

Section 17-Tech Specs of Fibre Optic Terminal Equipment (FOTE) Page 10of 13
1.9. GUARANTEE TECHNICAL PARTICULARS FOR FOTE

Name of Manufacturer: ( To be filled up by


dder)
Model:

Type:
GENERAL:
Type of multiplexer SDH: ADM
Complying to ITU-T Yes/NO
Transmission Capacity:

STM-4:622Mbit/s Yes/NO

STM-1:155Mbit/s Yes/NO

Access capacity on 2Mbit/s Min. channels

Max. channels
Access capacity on 64kbit/s Min. channels

Max. channels
Redundant Central Processor Available YES/NO
Digital Cross Connect Function (Fully on- blocking) YES/NO

PDH cross connect capacity Min. N x 2Mbit/s

Max. N x 2Mbit/s N=

SDH cross connect capacity, high order Minimum x VC4


Tele-protection interface:
Integrated distance tele-protection interface YES/NO
Integrated optical tele-protection interface YES/NO
Addressing of protection commands YES/NO
Loop test for measuring delay time YES/NO
1+1 switch-over less than 10ms YES/NO
Time for switch-over
USER interfaces
Voice interfaces for trunk lines:
Integrated tele-protection
Interface for Commands:
Number of independent commands
Transmission time max. 6 ms
Signal voltage Max VDC

Section 17-Tech Specs of Fibre Optic Terminal Equipment (FOTE) Page 11of 13
1+ 1 com path protection YES/NO
Data: interfaces per module
V.24/V.28(RS-232) Number ’N’ N=
V.11/X.24(RS-432) Number ’N’ N=
V.35 Number ’N’ N=
Integrated LAN port available on DATA Interface YES/NO

Software programmable board available YES/NO

Functions available for individual configuration:


- 1+1 path protection
YES/NO
- point-multipoint
YES/NO
- performance monitoring
YES/NO
- sub rate multiplexing available for all data interface YES/NO

Ethernet interface

Ethernet A & Ethernet B 8 x RJ45 electrical


(Two Independent Ethernet path for Redundancy) 2 x optical
10/100BaseT ports YES/NO
1000Base LX/ SX ports NXVC12 or NXVC3
L2 switching function Min N’’=
WAN capacity Mbit/s IP Routing
Logical WAN ports N=
Routing Protocol
N’’=
Integrated Ethernet Hub10/100BaseT ports Min.6x RJ45
Integrated alarm gathering module:
Number of external alarms per module Min.8Nos.
Auxiliary power supply for ext. contacts
Ambient Conditions:
Operating Temperature oc
Storage Temperature oc
Relative Humidity % hum
Power Supply
Nominal Supply voltage AC volts
DC volts

Operation DC (-48) volts


Fully redundant power supply YES/NO
Dual power feeding YES/NO

Section 17-Tech Specs of Fibre Optic Terminal Equipment (FOTE) Page 12of 13
List of Abbreviations

AAL ATM Adaptation Layer


ADM Add-drop multiplexed
ATM Asynchronous Transfer Mode
ALS Automatic Laser Shutdown
BIP Bitter leaved Parity
CAS Channel Associated Signalling
CAP Carrier-less Amplitude and Phase
CRC Cyclic Redundancy Check
DACS Digital Access Cross-Connect
DCN Data Communication Network
DTMF Dual Tone Multi-Frequency
EN European Norm
EOW Engineering Order Wire
ETS European Telecommunications Standards
FOTE Fiber Optic Terminal Equipment
GPS Global Positioning System
GPF General framing Procedure
HDLC High Level data Link Control
HDSL High Density Subscriber Line
IEC International Electrical Commission
ITU International Telecommunication Union
IP Internet Protocol
ISDN Integrated Services Digital Network
MCMI Multi Coded Mark Inversion
MDF Main Distribution Frames
MS Multiplex Section
NE Network Element
NMS Network Management System
LAN Local Area Network
LCAS Link capacity Adjustment Scheme
OS Optical Section
OSI Open System Interconnection
OSPF Open Shortest Path First
PDH Plesiochronous Digital Hierarchy
PPP Point-to-Point Protocol
RS Regenerator Section
SDH Synchronous Digital Hierarchy
SNMP Simple Network Management Protocol
SOH Section Overhead
SSM Synchronization Status Messaging
STM Synchronous Transport Module
TCP Transmission Control Protocol
TDM Time Division Multiplexed
TMN Telecommunications Management Network.
TTI Trail Trace Identifier
VC Virtual Container
VCAT Virtual Concatenation
VF Voice Frequency

Section 17-Tech Specs of Fibre Optic Terminal Equipment (FOTE) Page 13of 13
SECTION-XVIII

LA
Delhi Transco Limited

SECTION: 18
Technical Specification of Lightning Arrestor for 220 kV, 66 kV & 33 kV systems

1.0 GENERAL

1.1 The Surge Arrestor shall consist of Zinc Oxide Elements and should be designed in
accordance with the relevant IS/IEC. The Surge Arrestor shall be provided with
hermetically sealed discharge counter to indicate the number of discharges through the
surge diverter. A leakage current detector as an integral part of the discharge counter shall
be supplied.

2.0 STANDARDS

2.1 The design, manufacture and performance of metal oxide arrestor shall comply with latest
addition of the following IS/IEC specification:-

i) IS-3070 : Lightning Arrestors for alternating current system.


ii) IS-4004 : Application Guide for Surge Arresters for alternating current systems
iii)IEC- 99-5 : IEC on metal oxide Arrestors without gaps for A.C. systems.

2.2 Equipment complying with any other authorized standard can also be offered if it ensures
performance equivalent to and better than Indian standards specifications detailed above.

3.0 CONSTRUCTIONAL FEATURES

3.1 The Surge Arrestor furnished shall be single phase unit suitable for outdoor installation.

3.2 The non-linear blocks shall be of metal oxide and these shall be provided in such a
manner as to obtain robust construction with excellent mechanical and electrical
properties which should not get affected even after repeated operations.

3.3 The arrestor shall be fitted with a pressure relief device suitable to prevent shuttering of
the porcelain housing and providing a path for venting out the excess pressure. In the
event of the explosion and the shattering of the porcelain housing, the particles/pieces of
the porcelain housing after the explosion shall fall within the radius stipulated in the
relevant IEC specifications.

3.4 The arrestor should be provided with a suitable arrestor disconnector so as to disconnect
the arrestor from the system in the event of failure of the arrestor and also providing an
indication of the arrestor failure.

3.5 The sealing of the arrestor shall be done in such a manner that all seals are effectively
maintained even while discharging max lightning current.

Section 18 - TS/LAs for 220 kV, 66 kV & 33 kV systems Page 1


Delhi Transco Limited

3.6 The porcelain housing of the arrestor shall be coordinated with the arrester protective
characteristics so that external flash-over will not occur due to application of impulse or
switching surge voltage before the maximum design value of the arrestor. The porcelain
bushing shall conform to IS 2099 and the total creepage distance of the bushing shall not
be less than 25mm per KV. The fittings shall be made of hot dip galvanized mild steel
castings.

4.0 ACCESSORIES

4.1 The arrestor shall be complete with insulating base and have necessary provision for
belting to the flat surface of the structure.

4.2 The Arrestor should be provided with discharge counter suitably enclosed for outdoor and
the counter should not require any battery or other supply for its operation. The
cylometri counter shall be visible through an inspection window. The counter terminal
shall be robust and of adequate size and so located that incoming and outgoing
connections are made with minimum possible bends. A milli amp meter as a leakage
current detector should form an integral part of the arrester and shall be in built. The
value of the leakage current beyond which the operation of the arrestor is not desired
shall be clearly marked in red colour on the scale of the milli amp. meter.

5.0 TERMINAL CONNECTOR

The surge arrestor shall be supplied complete with universal type terminal connectors
suitable for connecting with ACSR zebra / goat conductor as per requirement shall form
an integral part of the supply.

6.0 MOUNTING ARRANGEMENT

The drawing for recommended mounting arrangement of the Lightning Arrestor along
with detailed drawing of the structure thereof shall be enclosed with the tender offer.

7.0 SYSTEM PARAMETERS

7.1 The Surge Arrester are to be installed on 220 kV, 66 kV & 33KV substations/ switchyard.

7.2 The brief particulars of 220 kV, 66 kV & 33KV system parameters are given as under:-

S.NO Technical Parameters 33 kV 66 kV 220 kV


i) Rated System Voltage 36 KV 72.5 KV 245 KV
ii) System frequency 50 Hz
iii) System Earthing Effectively grounded
iv) System fault level and 31.5 KA 31.5 KA 40 KA for 1 sec

Section 18 - TS/LAs for 220 kV, 66 kV & 33 kV systems Page 2


Delhi Transco Limited

its duration for 1 sec for 1 sec


v) Basic Insulation level
of equipment
a) Impulse withstand 170 KVp 325 KVp 1050 KVp
voltage for 1.25/50
micro sec
b) One Minute power 70 KVrms 140 KVrms 460 KVrms
frequency withstand
voltage
vi) Rated arrester voltage 30KV 60KV 198KV
vii) Max. continuous 25KVrms 50KVrms 168 KVrms
operating voltage

viii) Current through Not more Not more Not more than 1
arresters at than 1 mA than 1 mA mA
operating voltage
ix) Nominal discharge 10KA of 10KA of 10KA of 8/20
current 8/20 Micro 8/20 Micro Micro Seconds
Seconds Seconds wave
wave wave
xi Step current impulse 110KVp 220KVp 730KVp
residual voltage
xii Residual voltage at:
a) 10KA discharge 85KVp 170KVp 550KVp
current
b) 20KA discharge 90 KVp 200 KVp 630 KVp
current
xiii Long duration Class III Class III Class III
discharge class
xiv High current short 100KA 100KA 100KA
duration test value
(4/10 micro sec. Wave)
xv Pressure Relieve device Class A Class A Class A

7.3 The surge arrester shall be heavy duty type, station class and gapless type.

7.4 The Surge Arrestor shall be capable of discharging over voltages occurring in the system
during lighting, switching of unloaded transformers and reactors.

7.5 The arrester shall be capable of discharging voltage equivalent to the long duration
discharge class as defined in IEC specifications.

Section 18 - TS/LAs for 220 kV, 66 kV & 33 kV systems Page 3


Delhi Transco Limited

7.6 The Surge Arrestor shall have an inbuilt capability to withstand against dynamic over-
voltages. The manufacturer with furnish the date for duration and per unit over voltage
factors which the offered arrestor can withstand after initial specified discharge.

7.7 The leakage current of the Surge Arrestor shall be adequate to eliminate the influence of
grading and static capacitance on measured reference voltage.

7.8 The Surge Arrestor should be suitable for protecting the station equipment of the basic
insulation levels specified above:-

8.0 TESTS

8.1 The arrestor offered shall be type tested in accordance with the latest IEC/IS. All the type
test reports shall be enclosed with the offer:-
i) Insulation withstand test.
ii) Residual Voltage Test.
iii) Current Impulse withstand test.
iv) Operating duty test.
v) Pressure Relieve Test.

8.2 The following acceptance tests shall definitely be carried out on the arrestors:-
i) Measurement of capacitive and resistive current continuous operating
voltage.
ii) Measurement of power frequency reference voltage.
iii) Lightning Impulse residual voltage.
iv) Radio Interference voltage.

8.3 The arrestor shall be subjected to all routine tests as prescribed in the relevant IEC/IS to
ensure satisfactory performance of the arrestor before dispatch.

Section 18 - TS/LAs for 220 kV, 66 kV & 33 kV systems Page 4


SECTION-XIX

REACTOR
TECHNICAL SPECIFICATION FOR SHUNT REACTORS (UPTO 400kV)

1. General

This specification covers design, engineering, manufacturing , testing,


delivery at site including all materials, accessories, spares, unloading,
handling, proper storage at site, erection, testing and commissioning of the
equipment specified.

2. Climatic Conditions:-

1. Temperature:
The reference ambient temperature be taken as 43.3 º C as per IS 9676.
Maximum ambient air 50ºC
temperature
Maximum daily average ambient 40oC
temp
Maximum indoor ambient temp 35º C
2. Relative Humidity:
Maximum Relative Humidity 100%
Minimum Relative Humidity 10%
3. Average annual rainfall 750 mm
4. Average no. of rainy day 50
5. Average no. of thunderstorm days 40
per annum
6. Altitude Not exceeding 300 meters
7. Rain months June to Oct.
8. Wind pressure as per IS 875 195 Kg/Sq. meters up to 30
meters

The atmosphere is generally laden with mild acid and dust in suspension during
the dry months and is subjected to fog in cold months. Heavy lightening occurs
in the area during rainy months (June to October).
All equipment shall be designed to withstand seismic forces, corresponding to
an acceleration of 0.3 g horizontal.

3. STANDARDS:

All equipments provided under this specification, shall, in General conform to


the latest issued including amendments of the following standards.

Indian Title International &


Standards Internationally
recognized
IS-2026 Power Transformers IEC Publication 76

-1-
IS-3639 Fitting and Accessories IEC - 289
for power
transformers
IS-5553 Part-I Shunt Reactors IEC - 289
IS-335 Insulating oil for IEC – 296 -2000
Transformers and
switchgears
IS - 2009 Bushings for alternating IEC - Document 36
voltage A II
above 1000 Volts.
IS - 2705 Current Transformers IEC Publication
185
IEC 60044-1
IS - 2147 Degree of protection
provided by enclosures for
low voltage switchgear
and control.
IS - 5 Colour of ready mix paints
IS - 375 Internal wiring of
Marshalling box.

4. Type of Reactor

The shunt reactor shall be of either gapped core type or magnetically


shielded air core type (shell type) construction. The impedance ratio
(X0/X1) specified shall be achieved by adopting 5 limb core construction,
for 3-Phase

In case of coreless construction following requirements are stipulated.

i) A magnetic shield shall be provided around the coreless coils.


ii) Non-magnetic material sheet shall form the central core to
minimize the vibrations.

5. Performance

5.1 Shunt Reactors will be connected to the transmission system for reactive
compensation and shall be capable of controlling the dynamic over voltage
occurring in the system due to load rejection.
5.2 Shunt Reactors of 420kV Class shall be capable of operating continuously at
a voltage 5% higher than their rated voltage without exceeding winding
hot spot temperature 140 Deg Celsius. Maximum ambient temperature shall
be considered as 50 Deg C.
5.3 Shunt Reactors of 245kV Class and below shall be capable of operating
continuously at a voltage 10% higher than their rated voltage without
exceeding winding hot spot temperature 140 Deg Celsius. Maximum
-2-
ambient temperature shall be considered as 50 Deg C.
5.4 The reactor shall be designed to withstand the following over voltages
repeatedly without risk of failure:
1.05Ur for continuous (for 420kV Class Reactor)
1.10Ur for continuous (for below 420kV Class Reactor)
1.25Ur for 1 minute
1.50Ur for 5 seconds
5.5 The winding hot spots shall be calculated using the maximum localized
losses, insulation thickness at the maximum loss positions, and the oil
flow patterns in the winding. The oil temperature rise in the windings shall
be used to determine hot spots rather than the bulk top oil temperature. The
hot spot for all leads shall be calculated and it shall not exceed the
calculated hot spot of the windings.
5.6 The hot spot temperatures and surface temperatures in the magnetic circuit
(core) shall be calculated with maximum allowed 125 deg C and 120 deg
C respectively under over voltage conditions specified above.
5.7 Also, the most onerous temperature of any part of the core and its supporting
structure in contact with insulation or non-metal material shall not exceed
the safe operating temperature of that material. Adequate temperature
margins shall be provided to maintain long life expectancy of these
materials.
5.8 Tank hotspot temperature under over voltage condition specified above shall
not exceed 130 Deg C considering maximum ambient temperature as 50
Deg C.
5.9 The reactors shall be designed for switching surge overvoltage of 2.5 p.u.
and temporary overvoltage of the order of 2.3 p.u. for few cycles followed by
power frequency overvoltage upto 1.5 p.u. The reactor must withstand the
stress due to above transient dynamic conditions which may cause
additional current flow as a result of changed saturation
characteristics/slope beyond 1.5 p.u. voltage.
5.10 The magnetic circuit will be designed such that the reactor is linear upto
voltage specified at Annexure – A.

5.11 Radio Interference and Noise Level

5.11.1 The reactor shall be designed with particular attention to the suppression of
harmonic voltage, especially the third and fifth so as to minimize
interference with communication circuit.
5.11.2 The noise level of reactor, when energized at rated voltage and frequency
shall not exceed the values specified at Annexure-A measured under
standard conditions as defined in IEC.

6.0 CONSTRUCTION DETAILS

The features and construction details of each Reactor shall be in accordance


with the requirements stated herein under.

-3-
6.1 TANK CONSTRUCTION

6.1.1 Tank shall be of welded construction and fabricated from tested quality low
carbon steel of adequate thickness. Unless otherwise approved, metal plate,
bar and sections for fabrication shall comply with BS-4360/IS 2062 and latest
amendment. The components and fittings associated with Reactors are subject
to Owner’s approval.
6.1.2 All seams and joints not required to be opened at site shall be factory welded
and wherever possible they shall be double welded. Welding shall conform to
latest version of BS-5135/IS 9595 standard After fabrication of tank and
before painting, dye penetration test shall be carried out on welded parts of
jacking bosses, lifting lugs and all load bearing members. The requirement of
post weld heat treatment of tank/stress relieving shall be based on
recommendation of BS-5500 table 4.4.3.1/IS 10801.
6.1.3 Four symmetrically placed lifting lugs shall be provided so that it will be
possible to lift the complete Reactor when filled with oil without structural
damage to any part of the Reactor. The factor of safety at any one point shall
not be less than 2. The lifting lugs shall be so arranged and located as to be
accessible for use when the Reactor is loaded on the transport vehicle.

A minimum of four jacking pads in accessible position to enable the Reactor


complete with oil to be raised or lowered using hydraulic jacks. Each jacking
pad shall be designed to support with an adequate factor of safety for at least
half of the total mass of the Reactor filled with oil allowing in addition for
maximum possible misalignment of the jacking force to the centre of the
working surface.

a) Suitable haulage holes shall be provided.


b) 04 nos. of Gate valves for ultra high frequency (UHF) sensors for
Partial Discharge (PD) Measurements (applicable for 220kV and above
Reactor only) at various locations. Location of valves shall be finalized
at the time of detailed engg.
c) Suitable provisions of pockets for Oil Temperature Indication (OTI),
Winding Temperature Indication (WTI) & Resistance Temperature
Detectors (RTD) including two spare pockets.

6.1.4 Tank stiffeners shall be provided for general rigidity and these shall be so
designed as to prevent any retention of water.
6.1.5 The tank shall be designed to withstand.

a) Mechanical shocks during transportation


b) Vacuum of 760mm of Hg
c) Continuous internal pressure over normal hydrostatic pressure of oil as
well as the pressure developed due to abnormal condition which may
arise during service
d) Earthquake forces as per Seismic zone of Delhi
e) Short Circuit forces
-4-
6.1.6 The base of each tank shall be so designed that it shall be possible to move the
complete Reactor unit by skidding in any direction without injury when using
plates or rails.
6.1.7 The Reactor tank and its accessories shall be so designed as to avoid collection
of gas/air.
6.1.8 Bolted inspection opening shall be provided on the sides of the tank near the
bottom to observe the position of the core.
6.1.9 Inspection opening shall be provided on the tank to facilitate inspection of
Core, assembly fittings and fixtures etc.
6.1.10 Adequate space shall be provided at the bottom of the tank for collection of
sediments.
6.1.11 Reactor shall have the provision for installation of the Nitrogen Injection Fire
Prevention and Extinguishing System (NIFPES).
6.1.12 Tank hotspot

The maximum temperature on any metal part of the tank shall not exceed 130
deg. Celsius.

6.1.13 The Reactor shall be provided with a 100 mm nominal diameter pipe flange
with bolted blanking plate, gasket and shall be fitted at the highest point of the
Reactor tank for maintaining vacuum in the tank.

6.2 Tank Cover

6.2.1 The tank cover shall be designed to prevent retention of water and shall not
distort when lifted. The internal surface of the top cover shall be shaped to
ensure efficient collection and direction of free gas to the Buchholz relay.
6.2.2 At least two adequately sized inspection openings one at each end of the tank,
shall be provided for easy access to bushings and earth connections. The
inspection covers shall not weigh more than 25 kg. Handles shall be provided
on the inspection cover to facilitate lifting.
6.2.3 The tank cover shall be provided with pockets for oil and winding temperature
indicators. The location of pockets (for OTI, WTI & RTDs including two spare
pockets) shall be in the position where oil reaches maximum temperature.
Further, it shall be possible to remove bulbs of OTI/WTI/RTD without
lowering the oil in the tank. The thermometer shall be fitted with a captive
screw to prevent the ingress of water.
6.2.4 Bushing turrets, covers of inspection openings, thermometer pockets etc. shall
be designed to prevent ingress of water into or leakage of oil from the tank.
6.2.5 To allow for the effect of possible induced and capacitive surge current flow,
the tank cover and bushing turret shall be fixed to the reactor in such a way that
good electrical contact is maintained around the perimeter of the tank and
turrets.
6.2.6 The Reactor shall be provided with a suitable diameter pipe flange, butterfly
valve, bolted blanking plate and gasket shall be fitted at the highest point of the
reactor for maintaining vacuum in the tank.

-5-
6.2.7 Gas venting - The Reactor cover and generally the internal spaces of the reactor
and all pipe connections shall be designed so as to provide efficient venting of
any gas in any part of the reactor to the Buchholz relay. The space created
under inspection /manhole covers shall be filled with suitable material to avoid
inadvertent gas pockets.

6.3 Gasket for tank & cover

All gasket joints shall be designed, manufactured and assembled to ensure


long-term leak and maintenance free operation. All gasket joints shall
preferably of O-ring and groove type. The Gaskets / O-Ring in contact with oil
shall be of Neoprene.

All bolted connections shall be fitted with weather proof, hot oil resistant,
resilient gasket in between for complete oil tightness. If gasket is compressible,
metallic stops/other suitable means shall be provided to prevent over-
compression.

The properties of all the above gaskets / O-Rings shall comply with the
requirements of IS-11149. Gaskets and O-rings shall be replaced every time
whenever the joints are opened.

6.4 Axles and Wheels

6.4.1 The Reactors shall be provided with flanged, bi-directional wheels and axles.
These shall be so designed that under both the directions of movement they shall
not deflect as to interfere with the movement of the reactor. Wheels shall be
provided with suitable bearings which shall be rust corrosion resistant.
Fittings/nipples for lubrication shall also be provided or the bearing shall be of
permanently lubricated type.
6.4.2 All wheels should be detachable and shall be made of cast iron or steel as
required. Suitable locking arrangement shall be provided for the wheels to
prevent accidental movement of reactor.
6.4.3 The wheels are required to swivel and they shall be arranged so that they can be
turned through an angle of 90 degree when the tank is jacked up clear off the
rails. Means shall be provided for locking the swivel movements in positions
parallel to or at right angles to the longitudinal axis of the tank.
6.4.4 The wheel centre in both directions shall be1676 mm to facilitate placement of
reactor on rails spaced 1676 mm centre to centre.

6.5 Foundation and Anti Earthquake Clamping Device

To prevent Reactor movement during earthquake, suitable clamping devices


shall be provided for fixing the Reactor to the foundation. The tenderer shall
supply necessary bolts for embedding in the concreting.

-6-
6.6 Conservator

6.6.1 Conservator shall have air cell type oil preservation system to prevent oxidation
and contamination of oil due to contact with moisture. Conservator shall be
fitted with magnetic oil level gauge with potential free high and low oil level
alarm contacts and prismatic oil level gauge.
6.6.2 Conservator tank shall have adequate capacity with highest and lowest visible-
levels to meet the requirements of expansion of total cold oil volume in the
reactor and cooling equipment from minimum ambient temperature to top oil
temperature of 110 deg C. The capacity of the conservator tank shall be such
that the reactor shall be able to carry the specified overload without overflowing
of oil.
6.6.3 The conservator shall be fitted with lifting lugs in such a position so that it can
be removed for cleaning purposes. Suitable provision shall be kept to replace air
cell and cleaning of the conservator as applicable.
6.6.4 Conservator shall be positioned so as not to obstruct any electrical connection to
reactor.
6.6.5 The connection of air cell to the top of the conservator is by air proof seal
preventing entrance of air into the conservator. The main conservator tank shall
be stenciled on its underside with the words “Caution: Air cell fitted”. Lettering
of at least 150 mm size shall be used in such a way to ensure clear legibility
from ground level when the reactor is fully installed. To prevent oil filling into
the air cell, the oil filling aperture shall be clearly marked. The reactor rating
and diagram plate shall bear a warning statement that the “Main conservator is
fitted with an air cell”.
6.6.6 Contact of the oil with atmosphere is prohibited by using a flexible air cell of
nitrile rubber reinforced with nylon cloth. The temperature of oil in the
conservator is likely to raise up to 110OC during operation. As such air cell used
shall be suitable for operating continuously at this temperature.
6.6.7 The Reactor manual shall give full and clear instructions on the operation,
maintenance, testing and replacement of the air cell. It shall also indicate shelf
life, life expectancy in operation, and the recommended replacement intervals.
6.6.8 The conservator tank and piping shall be designed for complete vacuum / filling
of the main tank and conservator tank. Provision must be made for equalizing
the pressure in the conservator tank and the air cell during vacuum / filling
operations to prevent rupturing of the air cell.
6.6.9 The Bidder shall furnish the leakage rates of the rubber bag/ air cell for oxygen
and moisture. It is preferred that the leakage rate for oxygen from the air cell
into the oil will be low enough so that the oil will not generally become
saturated with oxygen. Air cells with well proven long life characteristics shall
be preferred.

6.7 Piping works for conservator

6.7.1 Pipe work connections shall be of adequate size preferably short and direct.
Only radiuses elbows shall be used.

-7-
6.7.2 The feed pipe to the reactor tank shall enter the reactor cover plate at its highest
point and shall be straight for a distance not less than five times its internal
diameter on the reactor side of the Buchholz relay, and straight for not less than
three times that diameter on the conservator side of the relay. This pipe shall rise
towards the oil conservator, through the Buchholz relay, at an angle of not less
than 5 degrees. The Feed pipe diameter for the main conservator shall be not
less than 80mm. The Gas-venting pipes shall be connected to the final rising
pipe between the Reactor and Buchholz relay as near as possible in an axial
direction and preferably not less than five times pipe diameters from the
Buchholz relay.
6.7.3 A double flange valve of preferably 50 mm size shall be provided to fully drain
the oil from the main tank conservator .
6.7.4 Pipe work shall not obstruct the opening of inspection or manhole covers.

6.8 Dehydrating Silicagel Filter Breather

Conservator shall be fitted with a dehydrating silicagel filter breather.


Connection shall be made to a point in the oil conservator not less than 50
mm above the maximum working oil level by means of a pipe with a
minimum diameter of 25 mm. Breathers a n d c o n n e c t i n g p i p e s shall
be securely clamped and supported to the reactor, or other structure supplied
by the Bidder, in such a manner so as to eliminate undesirable vibration
and noise. The design shall be such that:
a) Passage of air is through a dust filter and silicagel.
b) Silicagel is isolated from atmosphere by an oil seal.
c) Moisture absorption indicated by a change in colour of the tinned
crystals can be easily observed from a distance.
d) Breather is mounted approximately 1200 mm above rail top level.
e) To minimize the ingress of moisture three breathers (of identical size)
shall be connected in series for main tank conservator. Bidder shall
provide flexible connection pipes to be used during replacement of any
silicagel breather.

6.9 Pressure Relief Device

Adequate number of pressure relief devices (at least 2 numbers) shall be


provided at suitable locations preferably close to bushing turret/ cover. These
shall have opening diameter of at least 100 mm for rapid release of any pressure
that may be generated in the tank and which may result in damage to equipment.
The device shall maintain its oil tightness under static oil pressure equal to the
static operating head of oil plus 20 kilo Paskal. The device shall operate and
attain its full opening in not more than 2.5 ms when subject to an internal
pressure impulse equal to static operating head of oil plus 50 kPa. It shall be
capable of withstanding full internal vacuum at mean sea level. It shall be
mounted directly on the tank. Suitable canopy shall be provided to prevent
ingress of rain water. One set of potential free contacts (with screw type

-8-
arrangement) per device shall be provided for tripping. Following routine tests
shall be conducted on Pressure Relief Device (PRD):

a) Air pressure test


b) Liquid pressure test
c) Leakage test
d) Contact operation test
e) Dielectric test on contact terminals

6.10 Sudden Pressure Relay

Adequate number of Sudden Pressure relay with alarm/trip contacts (Terminal


connection plug & socket type arrangement) shall be provided on tank of
reactor. Operating features and size shall be reviewed at the time of detailed
engg. Suitable canopy shall be provided to prevent ingress of rain water.
Pressurized water ingress test for Terminal Box (routine tests) shall be
conducted on Sudden Pressure Relay.

6.11 GAS AND OIL ACTUATED RELAYS

6.11.1 The Reactor shall be fitted with gas and oil actuated relay as per specification
hereunder.
6.11.2 Each gas and oil actuated relay shall be provided with a test cock to take a
flexible pipe connection for checking the operation of the relay.
6.11.3 Buchholz Relay

A double float/reed type Buchholz relay shall be provided. Any gas evolved in
the reactor shall collect in this relay. The relay shall be provided with a test
cock suitable for a flexible pipe connection for checking its operation and
taking gas sample. A copper/stainless steel tube shall be connected from the
gas collector to a valve located about 1200 mm above ground level to facilitate
sampling with the reactor in service. The device shall be provided with two
electrically independent ungrounded contacts, one for alarm on gas
accumulation and the other for tripping on sudden rise of pressure.

The Buchholz relay shall not operate during starting/ stopping of the reactor
oil circulation pumps under any oil temperature conditions. The use of pipe or
relay aperture baffles shall not be used to decrease the sensitivity of the relay.
The relay shall not mal-operate for through fault conditions or be influenced
by the magnetic fields around the reactor during the external fault conditions.
Pressurized water ingress test for Terminal Box (routine tests) shall be
conducted on Buchholz relay.

6.11.4 A machined surface shall be provided on the top of each relay to facilitate the
setting of the relays and to check the mounting angle in the pipe and the cross
level of the relay.
6.11.5 The design of the relay mounting arrangements, the associated pipe work and
-9-
the cooling plant shall be such that mal-operation of the relays shall not take
place under normal service condition.
6.11.6 The pipe work shall be so arranged that all gas arising from the reactor shall
pass into the gas and oil-actuated relay. The oil circuit through the relay shall
not form a delivery path in parallel with any circulating oil pipe, nor shall it be
tied or connected through the pressure relief vent. Sharp bends in the pipe
work shall be avoided.
6.11.7 A sudden pressure relay shall be fitted on main tank to detect a sharp rise in
internal pressure. An electrically insulated trip contact shall be provided in
sudden pressure relay.
6.11.8 Provision shall be made for parallel wiring of all the alarm & trip events for
separate annunciation on Employer panel.

6.12 TEMPERATURE INDICATING DEVICES

6.12.1 Oil Temperature Indicator (OTI):

All Reactors shall be provided with a 150 mm dial type thermometer for top
oil temperature indication. The thermometer shall have adjustable, electrically
independent ungrounded alarm and trip contacts, maximum reading pointer
and resetting device shall be provided in the OTI. A temperature sensing
element suitably located in a pocket on top oil shall be furnished. This shall be
connected to the OTI by means of capillary tubing. Temperature indicator
dials shall have linear gradations to clearly read at least every 2 deg C.
Accuracy of OTI shall be ± 3 deg C or better for a temperature of 100 deg C.
The setting of alarm and tripping contacts shall be adjustable at site.
The setting of alarm and tripping contacts shall be adjustable at site which will
be reviewed during detailed engineering based on manufacturer’s
recommendation.

In addition to the above, the following equipment shall be provided for remote
indication of oil temperature:

Temperature transducer with Pt100 sensor:

Resistance Temperature Detector (RTD) shall be provided with Pt100


temperature sensor having nominal resistance of 100 ohms at zero degree
centigrade. The Pt100 temperature sensor shall have three wire ungrounded
system. The calibration shall be as per IEC 60751-2 or equivalent. The Pt100
sensor may be placed in the pocket containing temperature sensing element.
RTD shall include image coil for OTI system and shall provide dual output 4-
20mA for SCADA system. The transducer shall be installed in the Marshalling
Box. Any special cable required for shielding purpose, for connection between
Pt100 temperature sensor and transducer, shall be in the scope of the Bidder.

-10-
6.12.2 Winding Temperature Indicator (WTI)

All Reactors shall be provided with a device for measuring the hot spot
temperature of winding with dial type thermometer of 150 mm diameter
for winding temperature indication and shall have adjustable potential free
alarm and trip contacts (Terminal connection plug & socket type
arrangement) besides that required for control of cooling equipment if any.
WTI shall have Temperature sensing element, Image coil and Auxiliary CTs,
if required to match the image coil, shall be mounted in the cooler control
cabinet. Temperature indicator dials shall have linear gradations to clearly
read at least every 2 deg C. Accuracy of WTI shall be +/-3.0 deg C or better
for a temperature of 100 deg C.

The setting of alarm and tripping contacts shall be adjustable at site. For
alarm & trip settings as per DTL Pre-Commissioning Procedures.

In addition to the above, the following accessories shall be provided for


remote indication of winding temperature:

a) Temperature transducer with Pt100 sensor for winding


RTD shall be provided with Pt100 temperature sensor having nominal
resistance of 100 ohms at zero degree centigrade. The Pt100
temperature sensor shall have three wire ungrounded system. The
calibration shall be as per IEC 60751-2 or equivalent. The Pt100
sensor may be placed in the pocket containing temperature sensing
element. RTD shall include image coil, Auxiliary CTs, if required to
match the image coil, for WTI system and shall provide dual output 4-
20mA for remote WTI and SCADA system individually. The
transducer, Auxiliary CT shall be installed in the Marshalling Box.
Any special cable required for shielding purpose, for connection

between Pt100 temperature sensor and transducer, shall be in the scope


of Bidder.

b) Remote Temperature Indicator (RTI)

It shall be suitable for flush mounting p a n e l on Employer's


control room and shall operate on 4-20mA input available from the
above transducers. Any special cable required for shielding purpose and
for connection of Marshalling Box and remote WTI and OTI control
circuit, shall be in the scope of Bidder.

RTI with suitable selector switches s h a l l be provided for display


of temperature of winding and oil.

-11-
6.13 Optical sensors & measuring unit

Adequate numbers optical temperature sensors shall be fitted on each


Reactor. The optical sensors measuring system shall be of direct
measurement non calibrating type. All the sensors shall be brought out to
separate optical sensor box mounted on Reactor tank to facilitate
measurement of temperature during service life on each unit.

In order to facilitate measurement of temperature from the optical sensors,


temperature measuring unit/system s h o u l d h a v e a d e q u a t e
c h a n n e l s s h a l l b e m o u n t e d in above optical sensor box
(stainless steel) for each Reactor unit. The measuring unit shall be capable
to retain temperature data for at least 30 days with facility to download these
data.

Temperature measuring unit/system housed in above box shall be suitable


for satisfactory operation with ambient conditions and IEC 61850
compliant to interface with Employer’s SCADA system.

Location of optical temperature sensors inside the reactor shall be decided


at the time of detailed engg.

6.14 EARTHING TERMINALS

Two earthing pads suitable for connecting galvanized flat (75 x 12 mm) shall
be provided at positions close to each of the two bottom corners of the tank.
These grounding terminals should be suitable for bolted connections. The
earthing terminals shall be capable of carrying the full load voltage, short
circuit current of the reactor.

6.15 CORE

6.15.1 The core shall be constructed from high grade, non-ageing, cold rolled, grain
oriented silicon steel laminations (M4 or better grade). Reactor
manufacturers shall use core material as specified above confirming to BIS
with latest amendment if any or other internationally acceptable standards.

6.15.2 The leg magnetic packets (cheeses) shall be made from state of the art low
loss electrical steel. The “Cheeses” shall be designed to minimize losses and
equalize the distribution of flux in the legs.
6.15.3 The “cheeses” shall be bonded using high temperature epoxy resins to assure
that they will remain bonded in service at the maximum temperatures
that will occur in the magnetic circuit and for the full expected life. Vacuum
impregnation is preferred.
6.15.4 Materials with high temperature withstand capability such as ceramic/ slate
spacers shall be used to separate the packets. High temperature,
mechanically stable material shall be used between the end packets and the
-12-
top and bottom yokes. Special care shall be taken not to impede the cooling
in these areas.
6.15.5 Means shall be provided to distribute the flux from the “cheeses” and the
windings to the top and bottom yokes to prevent concentrations of flux with
resulting high temperatures in the yokes.
6.15.6 The yokes shall be designed such that high temperatures resulting from
unequal distribution of the flux in the yokes will not occur.
6.15.7 The spaces between “cheeses” will be designed so that high temperatures
will not result due to fringing of flux at the oil gaps between them. The
designer shall calculate the temperatures resulting from fringing.
6.15.8 The design of the magnetic circuit shall be such as to avoid static
discharges, development of short circuit paths within itself or to the
earthed clamping structure and production of flux component at right
angles to the plane of laminations which may cause local heating.

6.16 Internal Structure Design

6.16.1 The structural design shall be made so that pressure will be maintained
to prevent loosening resulting from thermal expansion and contraction
during all loading cycles.
6.16.2 The design shall be made in such a way that excessive vibration does not
occur in the windings, structural supports of the windings and magnetic
circuit and this shall be decided at the time of detailed engg.
6.16.3 The structure shall be designed to withstand the clamping and magnetic
forces. The calculated magnetic forces will be furnished at the time of
detailed engg.
6.16.4 Core and winding shall be capable of withstanding the shock during
transport, installation and service. Adequate provision shall be made to
prevent movement of core and winding relative to tank during these
conditions.

6.17 Earthing of core and clamping structure

6.17.1 If grounding of the core cheeses are required a separate strap shall be
brought to a terminal located in a waterproof enclosure on the tank.
Separate ground leads will be routed from the top and bottom yokes to
separate terminals in the enclosure.
6.17.2 The core shall be earthed to the core clamping structure at one point only,
through a removable external link suitably located and protected to
facilitate testing after installation of the reactor. The removable links shall
have adequate section to carry ground fault current. Separate identification
name plate/labels shall be provided for the ‘Core’ and ‘Core clamp’ on the
tank cover.
6.17.3 Unless otherwise approved, no core earthing connection shall be of
minimum size of 80 sq.mm copper with exception of the connections
inserted between laminations which may be reduced to a cross-sectional
area of 20 sq. mm tinned copper where they are clamped between the
-13-
laminations.
6.17.4 Where the core laminations are divided into sections by insulating barriers
or cooling ducts parallel to the plane of the laminations, tinned copper
bridging strips shall be inserted to maintain electrical continuity between
sections.
6.17.5 A drawing showing the details of the earthing design and connection shall
be furnished during detailed engineering.

6.18 WINDINGS
6.18.1 The windings of all Reactors are made in dust proof and conditioned
atmosphere.
6.18.2 The conductors shall be of electrolytic grade copper free from scales and
burrs.

6.18.4 The insulation of Reactor windings and connections shall be free from
insulating compounds which are liable to soften, ooze out, shrink or
collapse and shall be non- catalytic and chemically inactive in Reactor oil
during service.
6.18.5 Coil assembly and insulating spacers shall be so arranged as to ensure free
circulation of oil and to reduce the hot spot of the winding.
6.18.6 The coils would be made up, shaped and braced to provide for expansion and
contraction due to temperature changes.
6.18.7 The conductor shall be transposed at sufficient intervals in order to
minimize eddy currents and to equalise the distribution of currents and
temperature along the winding.
6.18.8 The windings shall be designed to withstand the dielectric tests specified. The
type of winding used shall be of time tested. An analysis shall be made of the
transient voltage distribution in the windings, and the clearances used to
withstand the various voltages. Margins shall be used in recognition of
manufacturing tolerances and the fact that the system will not always be in
the new factory condition.
6.18.9 The barrier insulation including spacers shall be made from high- density
pre- compressed pressboard (1.1 gm/cc minimum for load bearing and 1 to 1.3
gm/cc minimum for non-load bearing) to minimize dimensional changes.
6.18.10 All spacers shall have rounded edges. Radially stepped spacers between
winding disks will not be accepted.
6.18.11 The conductor insulation shall be made from high-density (at least 0.75
gm/cc) paper having high mechanical strength.
6.18.12 An electrostatic shield, made from material that will withstand the
mechanical forces, will be used to shield the high voltage windings from the
magnetic circuit unless otherwise approved.
6.18.13 Bracing of windings
All winding insulation shall be processed to ensure that there will be no
detrimental shrinkage after assembly. All windings shall be pre-sized before
being clamped. Windings shall be provided with clamping arrangements
which will distribute the clamping forces evenly over the ends of the
winding.
-14-
The bracing of the windings and connections shall be such that these parts
shall safely withstand the cumulative effects of stresses which may occur
during handling, transportation, installation and service including line-to–
line and line-to–ground faults.

Full details of the winding clamping arrangements, and their adjustment in


or out of the tank together with relevant drawings and values, shall be
submitted during detailed engg.

6.19 Current carrying connections

The mating faces of bolted connections shall be appropriately finished and


prepared for achieving good long lasting, electrically stable and effective
contacts. All lugs for crimping shall be of the correct size for the conductors.
Connections shall be carefully designed to limit hot spots due to circulating
eddy currents

6.20 Winding terminations into bushings

6.20.1 Winding termination interfaces with bushings shall be designed to allow for
repeatable and safe connection under site conditions to ensure the integrity of
the Reactor in service.
6.20.2 The winding end termination, insulation system and transport fixings shall be so
designed that the integrity of the insulation system generally remains intact
during repeated work in this area.
6.20.3 Allowances shall be made on the winding ends for accommodating tolerances
on the axial dimensions of the set of bushings and also for the fact that bushings
may have to be rotated to get oil level inspection gauges to face in a direction
for ease of inspection from ground level.
6.20.4 In particular, rotation or straining of insulated connections shall be avoided
during the fastening of conductor pads (or other methods) on the winding ends
onto the termination surfaces of the bushing.
6.20.5 Suitable inspection and access facilities into the tank in the bushing oil-end area
shall be provided to minimize the possibility of creating faults during the
installation of bushings.

7.0 CLEANING AND PAINTING

7.1 Before painting or filling with oil or compound all un-galvanized parts shall be
completely cleaned and freed from rust, scale and grease by pickling, degreasing
process and all external surface cavities on castings shall be filled by metal
deposition.
7.2 The interior of all reactor tanks and other oil filled chambers and internal
structural steel works shall be cleaned of all scale and rust by shot blasting or
other approved method. These surfaces shall be spray painted with hot oil
resisting varnish or paint. Unexposed welds need not be painted.
7.3 Except for nuts, bolts and washers, which may have to be removed for
-15-
maintenance purposes, all external surfaces shall receive a minimum of three
coats of spray paint.
7.4 The primary coat shall be applied immediately after cleaning. The second coat
shall be of an oil and weather resisting nature and preferably of a shade or colour
easily distinguishable from the primary and final coats and shall be applied after
the primary coat has been touched up where necessary. The final coat shall be of
a glossy oil and whether resisting non-fading paint of shade No. 631 of IS: 5.
Primer paint shall be ready make zinc chrome as per IS: 104; intermediate and
final coats of paint shall be as per IS: 2932.
7.5 Nuts, bolts and washers which may have to be removed for maintenance
purposes shall receive a minimum of one coat of paint after erection.
7.6 All interior surfaces of mechanism chambers and kiosks except those which have
receive anticorrosion – treatment shall receive three coats of paint applied to the
thoroughly cleaned metal surface. The final coat shall be of an approved light
coloured anti-condensation mixture.
7.7 Any damage to paint work incurred during transport and erection shall be made
good by the supplier by thoroughly cleaning the damaged portion and applying
the full number of coats of paint that had been applied before the damage was
caused.
7.8 One coat of additional paint shall be given at site to the purchase. Supplier will
also supply the requisite quantity of paint.
7.9 Cubical and marshalling kiosk sheets shall be phosphated before application of
enamel paint.

8.0 INSULATING OIL

The insulating oil shall conform to the requirement of IS:335, IS:1448 IS: 6103,
IS:6104, IS:6792, IS:6262, IS:2362 & IS:1866. No inhibitors shall be used in the
oil.

The necessary first filling of oil alongwith 10% extra oil for topping up shall be
supplied, in non-returnable containers suitable for outdoor storage.

In case the manufacture dispatches the reactor completely filled with oil, free
from air pockets, a specific relaxation may be requested.

8.1 Particles in the oil

The particle analysis shall be carried out in an oil sample taken after
completion of the oil filtration at site. The procedure and interpretation shall
be in accordance with the recommendation of CIGRE report WG-12.17 -
“Effect of particles on transformer dielectric strength”.

8.2 Moisture content in the solid insulation

Dummy insulation test block shall be inserted in the active part of Reactor
at factory and same shall be used to detect the volume moisture content.
-16-
Manufacturer to ensure that moisture content in the dummy insulation test
block is less than 0.5% after drying process of solid insulation. Measurement
shall be carried out as per IEC.

8.3 Oil filling

8.3.1 Oil impregnation or drying under vacuum at site shall be done with the reactor
and oil at a temperature not exceeding 70 deg C.

8.3.2 The duration of the vacuum treatment shall be demonstrated as adequate by


means of water measurement with a cold trap or other suitable method but shall
generally not be less than 72 hours. The vacuum shall be measured on the top
of the reactor tank and should be less than 1mbar.

8.3.3 Vacuum shall not be broken until the reactor is oil filled up to the Buchholz
relay. Whenever the active insulation or any paper insulated HV connections,
especially those from the windings to the bushings are exposed, these shall be
re-impregnated under vacuum along with the complete reactor. For this purpose
the reactor first be drained to expose all insulation material.

8.3.4 The minimum safe level of oil filling (if different from the Buchholz level) to
which the reactor shall be oil filled under vacuum, shall be indicated in the
manual.

8.3.5 Procedures for site drying, oil purification, oil filling etc shall be submitted for
approval and complete instructions shall form part of the manual.

8.3.6 The Ultra High Vacuum type oil treatment plant of suitable capacity
(preferably 6000 litres per hour) suitable for treatment of oil in EHV class
reactor shall be used in order to achieve properties of treated oil. The plant shall
be capable of treatment of new oil (as per IEC60296 and reconditioning of used
oil (as per IEC: 60422 for oil in service) at rated capacity on single pass basis
as follow :

i) Removal of moisture from 100 ppm to 3 ppm (max.).


ii) Removal of dissolved gas content from 10% by Vol. To 0.1% by vol.
iii) Improvement of dielectric strength breaks down voltage from 20 to 70
KV.
iv) Vacuum level of degassing chamber shall be less than 0.15 torr/0.2
mbar at rated flow and at final stage. Machine shall have minimum of
two degassing chambers and these should have sufficient surface areas
to achieve the final parameters.
v) Filter shall be capable of removing particle size more than 0.5 micron
in the filtered oil.
vi) Processing temperature shall be automatically controlled and have a
adjustable range from 400 C to 800 C.

-17-
9.0 Bushings

9.1 Bushings shall be robust and designed for adequate cantilever strength to
meet the requirement of seismic condition, substation layout and movement
along with the spare Reactor with bushing erected and provided with
proper support from one foundation to another foundation within the
substation area. The electrical and mechanical characteristics of bushings
shall be in accordance with IEC: 60137/DIN 42530. All details of the
bushing shall be submitted for approval.
9.2 Bushing for voltage of 52 kV and above shall be RIP bushing with
composite insulator. 36 kV bushing shall be solid porcelain or oil
communicating type.
9.3 RIP type bushing shall be provided with tap for capacitance and tan delta
test. Test taps relying on pressure contacts against the outer earth layer of
the bushing is not acceptable.
9.4 Where current Reactors are specified, the bushings shall be removable
without disturbing the current Reactors.
9.5 Bushings of identical rating shall be interchangeable to optimise the
requirement of spares. Mounting dimensions of bushing shall be finalized
during detailed engineering.
9.6 Porcelain used in bushing manufacture shall be homogenous, free from
lamination, cavities and other flaws or imperfections that might affect the
mechanical or dielectric quality and shall be thoroughly vitrified, tough and
impervious to moisture.
9.7 Polymer / composite insulator shall be seamless sheath of a silicone rubber
compound. The housing & weather sheds should have silicon content of
minimum 30% by weight. It should protect the bushing against
environmental influences, external pollution and humidity. The interface
between the housing and the core must be uniform and without voids. The
strength of the bond shall be greater than the tearing strength of the
polymer. The manufacturer shall follow non-destructive technique (N.D.T.)
to check the quality of jointing of the housing interface with the core. The
technique being followed with detailed procedure and sampling shall be
finalized during finalization of MQP.
The weather sheds of the insulators shall be of alternate shed profile as per
IEC 60815-3. The weather sheds shall be vulcanized to the sheath (extrusion
process) or moulded as part of the sheath (injection moulding process) and
free from imperfections. The vulcanization for extrusion process shall be at
high temperature and for injection moulding shall be at high temperature &
high pressure. Any seams / burrs protruding axially along the insulator,
resulting from the injection moulding process shall be removed completely
without causing any damage to the housing. The track resistance of housing
and shed material shall be class 1A4.5 according to IEC60587. The strength
of the weather shed to sheath interface shall be greater than the tearing
strength of the polymer. The composite insulator shall be capable of high
pressure washing.
End fittings shall be free from cracks, seams, shrinks, air holes and rough

-18-
edges. End fittings should be effectively, sealed to prevent moisture ingress,
effectiveness of sealing system must be supported by test documents. All
surfaces of the metal parts shall be perfectly smooth with the projecting
points or irregularities which may cause corona. All load bearing surfaces
shall be smooth and uniform so as to distribute the loading stresses
uniformly.
The hollow silicone composite insulators shall comply with the
requirements of the IEC publications IEC 61462 and the relevant parts of
IEC 62217. The design of the composite insulators shall be tested and
verified according to IEC 61462 (Type & Routine test)
9.8 Clamps and fittings shall be of hot dip galvanized/stainless steel.
9.9 Bushing turrets shall be provided with vent pipes, to route any gas
collection through the Buchholz relay.
9.10 No arcing horns shall be provided on the bushings.
9.11 Spare Bushing shall be specially packed to avoid any damage during transit
and suitable for long storage, with non-returnable packing wooden boxes
with hinged type cover. Without any gap between wooden planks.
Packing Box opening cover with nails/screws type packing arrangement
shall not be acceptable. In case of RIP bushing with polymer housing,
Bushing oil end portion shall be fitted with metal housing with positive dry
air pressure and a suitable pressure monitoring device shall be fitted on the
metal housing during storage to avoid direct contact with moisture with
epoxy. Alternatively, oil filled metal housing with suitable arrangement
for taking care oil expansion due to temperature variations shall also be
acceptable. Manufacturer shall submit drawing/ documents of packing for
approval during detail engineering. Detail method for storage of bushing
including accessories shall be brought out in the instruction manual.
9.12 The terminal marking and their physical position shall be as per IEC: 60076.

10.0 Neutral Formation and Earthing Arrangement.

The neutral of the shunt reactor shall be brought out through bushing and
should be solidly grounded.

The neutral terminal of Reactors shall be brought to the ground level by


a brass/tinned copper grounding bar, supported from the tank by using
porcelain insulators. The end of the brass/tinned copper bar shall be
brought to the bottom of the tank, at a convenient point, for making bolted
connection to two (2) 75 x 12 mm galvanised steel flats connected to
Employer's grounding mat.

11.0 Cooling Equipment

11.1 The reactor shall be designed for Oil Natural Air Natural Cooling (ONAN).
11.2 The radiator bank of the shunt reactor shall be either tank mounted or
separately mounted based on manufacturer’s standard practice. For neutral
grounding reactor, the radiator, if required, may be tank mounted.
-19-
11.3 Design of cooling system shall satisfy the performance requirements. The
radiator shall be of sheet steel in accordance with IS 513 and minimum
thickness 1 mm. Each radiator bank shall be provided with the following
accessories:
(a) Top and bottom shut off valve
(b) Drain Valve and sampling valve
(c) Air release plug
(d) Two grounding terminals for termination of two (2) Nos. 75x12 mm
galvanised steel flats.
(e) Thermometer pockets with captive screw caps at cooler inlet and outlet.
(f) Lifting lugs
11.4 Each radiator bank shall be detachable and shall be provided with flanged
inlet and outlet branches. Expansion joint shall be provided on top and
bottom cooler pipe connection for separately mounted radiator bank.
11.5 The cooler pipes, support structure including radiators and its accessories
shall be hot dip galvanised or corrosion resistant paint should be applied to
external surface of it.

12.0 Cabling

All interconnecting cables between various parts of Reactor like turret CT,
MBs, Buchholz, PRD etc. shall be routed through covered cable tray or GI
conduit and shall be properly dressed. All cables shall be armoured type. Un-
armoured cables (if provided) in any circuitry, shall be through GI conduit
and no part shall be exposed. Cable terminations shall be through stud type
TB and ring type lugs. Bidder shall provide cables duly type tested from
approved sources. Further, any special cables (if required) shall also be
considered included in the scope.

13.0 Valves

13.1 All valves upto and including 100 mm shall be of gun metal or of cast
steel/cast iron. Larger valves may be of gun metal or may have cast iron
bodies with gun metal fittings. They shall be of full way type with internal
screw and shall open when turned counter clock wise when facing the hand
wheel.

13.2 Suitable means shall be provided for locking the valves in the open and
close positions. Provision is not required for locking individual radiator
valves.

13.3 Each valve shall be provided with the indicator to show clearly the
position of the valve.

13.4 All valves flanges shall have machined faces.

-20-
13.5 All valves in oil line shall be suitable for continuous operation with Reactor
oil at 115 deg C.

13.6 The oil sampling point for main tank shall have two identical valves to be put
in series. Oil sampling valve shall have provision to fix rubber hose of 10
mm size to facilitate oil sampling.

13.7 Valves or other suitable means shall be provided to fix the on line DGA
monitoring systems (if specified in BPS) to facilitate continuous monitoring.
The location & size of the same shall be finalized during detail engg.

13.8 Flow sensitive conservator Isolation valve

a) In order to restrict the supply of oil in case of a fire in Reactor, flow


sensitive valve shall be provided to isolate the conservator oil from the
main tank.
b) A valve which shall be flow sensitive and shut off when the flow in
the pipe is more than the flow expected in the permissible normal
operating conditions. This valve shall be located in the piping between
the conservator and the buchholz relay and shall not affect the flow of
oil from and to the conservator in normal conditions.
c) When the flow from conservator to main tank is more than the normal
operating conditions, the valve shall shut off by itself and will have to
be reset manually. It shall be provided with valve open/close position
indicator along with a l a r m contact indication in control room during
closing operation of valve. This valve shall be provided with locking
arrangement for normal position and oil filling / filtration position. A
suitable platform / ladder shall be provided to approach the valve for
manual reset.

14.0 MARSHALLING BOX

14.1 A sheet steel, vermin, dust proof, galvanized, well ventilated and weather-
proof marshalling box of a suitable construction shall be provided for the
reactor ancillary apparatus. The box shall have domed or sloping roofs and the
interior and exterior painting shall be in accordance with clause-5.0. Sheet
thickness of the box shall not be less than 3.15mm and it shall be provided
with lockable doors.
14.2 The marshalling box shall accommodate the following :

a) Control and protection equipment for the local electrical control.

b) Terminal blocks and gland plates with electroplated brass glands for
incoming and outgoing cables.

-21-
All the above equipments shall be mounted on panel and back of panel shall
be used for inter connection wiring.

14.3 The temp indicators installed in the marshalling box shall not be mounted on
the body of the reactor.
14.4 Terminal block shall be adequate and suitable to adopt at least 4 mm sq.
control wires and loop connections. One piece moulded from non inflammable
plastic material only with insulation barriers, stud type terminals, washers,
nuts, lock nuts and identification strips. Separate studs shall be provided for
incoming and outgoing wires. Making on the terminal strip shall correspond to
the wire numbers on the wiring diagram.

Wire termination shall be made with solder less crimping type tinned copper,
lugs which firmly grip the conductor and insulation. Insulated sleeves shall be
provided at all the wire terminations. Engraved core identification ferrules
marked to correspond with panel wiring diagram shall be fitted at both ends of
each wire.

No. and size of control cables terminating at the marshalling box shall be
clearly indicated.

14.5 To prevent internal condensation an approved type of metal clad space heater
shall be provided, controlled by a suitable switch. Cubicle lighting with door
switch and ventilation louvers shall be provided. MCB shall be provided for
protection of space heater and light. Supply shall be 230 V single phase 50 Hz
AC.
14.6 All incoming cables shall enter the cubical from the bottom and the gland
plate shall be not less than 450 mm from the base of box. The gland plate and
associated compartment shall be sealed in suitable manner to prevent the
ingress of moisture from the cable trench. The marshalling box front and back
shall not be flushed with the ground level.
14.7 The degree of protection for Marshalling box shall be IP:55 in accordance
with IS: 13947/ IEC : 60947 for outdoor equipment.
14.8 Drilled gland plate with proper blanking plates shall be provided for
accommodating glands for incoming and outgoing cables. Sizes and number
of glands to be provided shall correspond to the no. the control cables. Also
the gland shall be suitable for earthing of armour.
14.9 Marshalling box should be separately floor mounted.

15.0 CONTROL CONNECTIONS AND INSTRUMENT WIRING


TERMINAL BOARD AND MCBs

15.1. All wiring connections, boards, MCBs and links shall be suitable for tropical
atmosphere. Any wiring liable to be in contact with oil shall have oil resisting
insulation and the bared ends of standard wire shall be sweated together to
prevent creepage of oil along the wire.

-22-
15.2. There shall be no possibility of oil entering connection boxes used for cables
or wiring.
15.3. Panel connections shall be neatly and squarely fixed to the panel. All
instruments and panels wiring shall be run in PVC cleats of the limited
compression or in ‘C’ type channels. All wiring to a panel shall be taken from
suitable terminal boards.
15.4. Where conduits are used, the runs shall be laid with suitable falls, and the
lowest parts of the run shall be external to the boxes. All conduit runs shall be
adequately drained and ventilated. Conduits shall not be run at or below
ground level.
15.5. Danger plates wherever necessary shall be provided.
15.6. All box wiring shall be in accordance with the relevant IS. All wiring shall be
of high grade PVC or polythene insulated stranded copper of 1100V grade and
size not less than 2.5 sq.mm. The cables shall be suitable for tropical climate
and shall be vermin and fire proof.

All wires shall be suitably terminated with ferruled numbers in accordance


with the schematic and wiring diagram for ease of identification and tracing of
faults.

15.7. All those paints of interconnection between the wiring carried out on control
equipments, where a change of number cannot be avoided double ferrules
shall be provided on each wire. The change of numbering shall be shown on
the appropriate diagram of the equipment.
15.8. The same ferrule number shall not be used on wires in different circuits on the
same panel.
15.9. Ferrules shall be of insulated material and shall be provided with glossy finish
to prevent the adhesion of dirt. They shall be clearly and durably marked in
black and shall not be affected by damp or oil.
15.10. Stranded wires shall be terminated with tinned Ross Countncy terminals, claw
washers or crimped tubular lugs. Separate washers shall be used for each wire.
The size of the washers shall be suitable to the size of the wire terminated.
Wiring shall in general be accommodated on the sides of the box and the wires
for each circuit shall be separately grouped and name plates fixed for each
type of circuits.
15.11. Wires shall not be jointed or tied between terminal points.
15.12. Wherever practicable, all circuits in which the voltage exceeds 125 volts shall
be kept physically separated from the remaining wiring. The function of each
circuit shall be marked on the associated terminal boards.
15.13. Where apparatus is mounted on panels all metal cases shall be separately
earthed by means of copper wire or strip having a cross-section of not less
than 2 sq.mm where strip is used, the joints shall be suitably ferruled and
crimped.
15.14. All wiring diagram for control and relay panel shall preferably be drawn as
viewed from the back and shall show the terminal boards arranged as in
service. All diagrams shall show which view is employed.

-23-
15.15. Multicore cable tails shall be so bound that each wire may be traced without
difficulty to its location.
15.16. The screens or screen pairs of multi-core cables shall be earthed at one end of
the cable only. The position of earthing connections shall be shown clearly on
the diagrams.
15.17. All terminal boards shall be mounted obliquely towards the rear door to give
easy access to terminators and to enable ferrules numbers to be read without
difficulty.
15.18. Terminal boards rows should be spaced not less than 100mm apart to permit
convenient access to wires and terminations.
15.19. Terminal boards shall be so placed with respect to the cable gland (at a min.
distance of 200 mm) as to permit satisfactory arrangement of multicore cable
tails.
15.20. Terminal boards shall have pairs of terminals for incoming and outgoing
wires. Insulating barriers shall be provided between adjacent connections. The
height of the barriers and the spacing between terminals shall be such as to
give adequate protection while allowing easy access to terminals. The
terminals shall be adequately protected with insulating dust-proof covers.
15.21. No live metal shall be exposed at the back of the terminal boards.
15.22. MCBs and links shall be labeled.

16.0 Current Transformer (Bushing & Outdoor Neutral Current


Transformer)

16.1. Current Transformer shall comply with IEC-60044-1.


16.2. It shall be possible to remove the turret mounted current Transformer from
the Reactor tank without removing the tank cover. Necessary precautions
shall be taken to minimize eddy currents and local heat generated in the
turret.
16.3. Current Transformer secondary leads shall be brought out to a
weatherproof terminal box near each bushing. These terminals shall be
wired out to m a r s h a l l i n g box using separate cables for each core.
16.4. Technical Parameters of Bushing CTs shall be provided at the time of
detailed engg and Neutral CTs are enclosed at Annexure – D. The CT’s
used for REF protection must have the identical parameters in order to limit
the circulating current under normal condition for stability of protection.
Bushing Current Transformer parameters indicated in this specification are
tentative and liable to change within reasonable limits. The Bidder shall
obtain Purchaser's approval before proceeding with the design of bushing
current Transformer.
16.5. Secondary resistance and magnetizing current characteristics of TPS class
(protection) (as per IEC) CT of same rating shall be identical. This is
applicable for Neutral CT (outdoor) also and shall be reviewed during detail
engineering.

-24-
17.0 Fittings

The following fittings shall be provided with each shunt reactor


covered under this specification.
a. Conservator for main tank with aircell, oil filling hole and cap,
isolating valves, drain valve, magnetic oil level gauge with potential free
high and low oil level alarm contacts and dehydrating breather.
b. Pressure relief devices with trip contact
c. Sudden pressure relief relay with trip contact
d. Buchholz relay double float, reed type with isolating valves on both sides,
bleeding pipe with pet cock at the end to collect gases and alarm / trip
contacts.
e. Air release plug
f. Inspection openings and covers
g. Bushing with metal parts and gaskets to suit the termination arrangement
with lead if applicable
h. Winding & Oil temperature indicators for local and remote mounting
i. Cover lifting eyes, reactor lifting lugs, jacking pads, towing holes and
core and winding lifting lugs
j. Protected type mercury or alcohol in glass thermometer or magnetic or
micro-switch type dial type temperature indicator
k. Bottom and top filter valves with threaded male adaptors, bottom
sampling valve and drain valve
l. Rating and diagram plates on reactors and auxiliary apparatus
m. Roller Assembly
n. Marshalling box, Fibre optic sensor box
o. Cooling equipment
p. Bushing current Reactors, Neutral CT (if applicable)
q. Drain valves/plugs shall be provided in order that each section of pipe
work can be drained independently
r. Terminal marking plates
s. Suitable neutral bus connection
t. Valves schedule plate
u. Bottom oil sampling valve and drain valves
v. Filter valves at top and bottom
w. Shut off valves on the pipe connection between radiator bank and reactor
tank
x. Shut off valves on both sides of Buchholz relay at accessible height
y. Sampling gas collectors for Buchholz relay at accessible height
z. Minimum four jacking pads
aa. Lifting lugs/eyes for the cover.
bb. Suitable terminal connectors on bushings
cc. Ladder to climb up to the Reactor tank cover with suitable locking
arrangement to prevent climbing during charged condition.
dd. Suitable Platform for safe access of Flow sensitive non-return valve and
buchholz relay shall be provided, in case these are not accessible from
Reactor top.

-25-
ee. Haulage lugs
ff. On line dissolved gases and moisture monitor (if specified in BPS)
gg. Fibre optic sensor based temperature measuring system (applicable for
400kV Reactor)
hh. Flow sensitive conservator Isolation valve
ii. Two earthing terminals each on shunt reactor tank, radiators &
marshalling boxes, SA structures etc.
jj. Suitable neutral bus connection arrangement
kk. All hardware used shall be hot dip galvanized/ stainless steel and All
terminal connector used shall be die casted aluminium (bimetallic wherever
applicable).

ll. The fittings listed above are only indicative and any other fittings which are
generally required for satisfactory operation of the reactors are deemed to be
included.

18.0 OIL SAMPLING BOTTLE (if specified in BPS)

18.1 Oil sampling bottles shall be suitable for collecting oil samples from shunt
reactor, for Dissolved Gas Analysis. Bottles shall be robust enough, so that no
damage occurs during frequent transportation of samples from site to
laboratory.
18.2 Oil Sampling bottles shall be made of stainless steel having a capacity of 1litre.
18.3 Oil Sampling bottles shall be capable of being sealed gas-tight and shall be
fitted with cocks on both ends.
18.4 The design of bottle & seal shall be such that loss of hydrogen shall not exceed
5% per week.
18.5 An impermeable oil-proof, transparent plastic or rubber tube of about 5 mm
diameter, and of sufficient length shall also be provided with each bottle
alongwith suitable connectors to fit the tube on to the oil sampling valve of the
equipment and the oil collecting bottles respectively.

19.0 Oil Syringe

If specified in BPS, the glass syringe of capacity 50ml (approx) and three
way stop cock valve shall be supplied. The syringe shall be made from
Heat resistant borosilicate Glass. The material and construction should be
resistant to breakage from shock and sudden temperature changes,
reinforced at luer lock tip Centre and barrel base.
The cylinder-Plunger fitting shall be leak proof and shall meet the
requirement of IEC- 60567. Plunger shall be grounded and fitted to barrel
for smooth movement with no back flow. Barrel rim should be flat on
both sides to prevent rolling and should be wide enough for convenient
finger tip grip. The syringe shall be custom fit and uniquely numbered for
matching. The syringe shall be clearly marked with graduations of 2.0 ml
and 10.0 ml and shall be permanently fused for life time legibility.

-26-
20.0 Hand Tools

One set of hand tools (if specified in BPS) of reputed make packed in a
carry bag/box broadly comprising of double ended spanners (open jaws,
cranked ring, tubular with Tommy bar each of sizes 9mm to 24mm, one
set each), adjustable wrenches (8 &12 inch one set), gasket punches (of
different sizes used - one set), pliers (flat nose, round nose & side cutting
one of each type), hammer with handle (one ), files with handle (two),
knife with handle (one), adjustable hacksaw (one), and cold chisel (one),
bushing handling and lifting tools with nylon rope/belt, chain block (2
Nos.) and D- Shackle shall be supplied per Substation for which cost shall
be deemed included.

21.0 Inspection and Testing

The Bidder shall carry out a comprehensive inspection and testing


programme during manufacture of the equipment. The inspection envisaged
by the Purchaser is given below. This is however not intended to form a
comprehensive programme as it is Bidder's responsibility to draw up and
carry out such a programme in the form of detailed quality plan duly
approved by Purchaser for necessary implementation.

21.1 Inspection

21.1.1 Tank and Conservator

21.1.1.1 Certification of chemical analysis and material tests of plates


21.1.1.2 Check for flatness
21.1.1.3 Electrical interconnection of top and bottom by braided tinned copper flexible
21.1.1.4 Welder's qualification and weld procedure
21.1.1.5 Testing of electrodes for quality of base materials and coatings
21.1.1.6 Inspection of major weld preparation
21.1.1.7 Crack detection of major strength weld seams by dye penetration test
21.1.1.8 Measurement of film thickness of:
i) Oil insoluble varnish
ii) Zinc chromate paint
iii) Finished coat
21.1.1.9 Check correct dim ensions bet ween wheel s, dem ons t rat e t urning
of wheel s through 90 degree and further dimensional check.
21.1.1.10 Check for physical properties of materials for lifting lugs, jacking pads,
etc. All load bearing welds including lifting lug welds shall be subjected
to Non Destructive Testing.
21.1.1.11 Leakage test of the conservator
21.1.1.12 Certification of all test results

-27-
21.1.2 Core
21.1.2.1 Sample testing of core materials for checking specific loss, bend
properties, magnetisation characteristics and thickness
21.1.2.2 Check on the quality of varnish if used on the stampings:
i) Measurement of thickness and hardness of varnish on stampings
ii) Solvent resistance test to check that varnish does not react in hot oil
iii) Check overall quality of varnish by sampling to ensure uniform
shining colour, no bare spots, no over burnt varnish layer and no
bubbles on varnished surface
21.1.2.3 Check on the amount of burrs
21.1.2.4 Bow check on stampings
21.1.2.5 Check for the overlapping of stampings. Corners of the sheet are to be part.
21.1.2.6 Visual and dimensional check during assembly stage
21.1.2.7 Check for inter-laminar insulation between core sectors before and
after pressing
21.1.2.8 Visual and dimensional checks for straightness and roundness of core,
thickness of limbs.
21.1.2.9 High voltage test (2.5kV for one minute) between core and clamps.
21.1.2.10 Certification of all test results

21.1.3 Insulation Material


21.1.3.1 Sample check for physical properties of materials
21.1.3.2 Check for dielectric strength
21.1.3.3 Visual and dimensional checks
21.1.3.4 Check for the reaction of hot oil on insulating materials
21.1.3.5 Dimension stability test at high temperature for insulating material
21.1.3.6 Tracking resistance test on insulating material
21.1.3.7 Certification of all test results

21.1.4 Winding
21.1.4.1 Sample check on winding conductor for mechanical properties and
electrical conductivity
21.1.4.2 Visual and dimensional checks on conductor for scratches, dent marks etc.
21.1.4.3 Sample check on insulating paper for pH value, bursting strength and
electric strength
21.1.4.4 Check for the reaction of hot oil on insulating paper
21.1.4.5 Check for the bonding of the insulating paper with conductor
21.1.4.6 Check and ensure that physical condition of all materials taken for
windings is satisfactory and free of dust
21.1.4.7 Check for absence of short circuit between parallel strands
21.1.4.8 Check for brazed joints wherever applicable
19.1.4..9 Measurement of impedance by low voltage to be carried out when core/yoke
is completely restacked and all connections are ready.

21.1.4.9 Conductor enamel test for checking of cracks, leakage and pin holes
-28-
21.1.4.10 Conductor flexibility test
21.1.4.11 Heat shock test for enamelled wire
21.1.4.12 Certification of all test results

21.1.5 Checks before Drying Process


21.1.5.1 Check condition of insulation on the conductor and between the windings.
21.1.5.2 Check insulation distance between high voltage connections, cables and earth
and other live parts
21.1.5.3 Check insulating distances between low voltage connections and earth and
other parts
21.1.5.4 Insulation of core shall be tested at 2 kV/ minute between core to bolts and core
to clamp plates.
21.1.5.5 Check for proper cleanliness and absence of dust etc
21.1.5.6 Certification of all test results

21.1.6 Checks during Drying Process


21.1.6.1 Measurement and recording of temperature, vacuum and drying time
during drying process
21.1.6.2 Check for completeness of drying by periodic monitoring of dryness
21.1.6.3 Certification of all test results

21.1.7 Assembled Reactor

21.1.7.1 Check completed reactor against approved outline drawings, provision


for all fittings, finish level etc
21.1.7.2 Jacking test with oil on all the assembled reactors
21.1.7.3 Dye penetration test shall be carried out after the jacking test

21.1.8 Bought Out Items

The make of all major bought out items shall be subject to Purchaser's
approval. The Bidder shall also prepare a comprehensive inspection and
testing programme for all bought out/sub-contracted items and shall
submit the same to the Purchaser for approval. Such programme shall
include the following components:

a) Buchholz Relay
b) Axles and wheels
c) Winding temperature indicators for local and remote mounting
d) Oil temperature indicators
e) Bushings
f) Bushing current Transformer
g) Marshalling box
h) Radiators
i) Pressure relief device
Following routine tests shall be conducted on PRD.
-29-
f)Air pressure test
g)Liquid pressure test
h)Leakage test
i)Contact operation test
j)Dielectric test on contact terminals
The above list is not exhaustive and the Bidder shall also include other
bought-out items in his programme.

21.2 Factory Tests

The manufacturer shall be fully equipped to perform all the required tests as
specified. Bidder shall confirm the capabilities of the proposed
manufacturing plant in this regard when submitting the bid. Any limitations
shall be clearly stated in.

The Bidder shall bear all additional costs related to tests which are not
possible to carry out at his own works.

The Bidder shall submit an Inspection and test plan (ITP) for approval. A
typical test plan is indicated in “Annexure-B”.
All tests shall be done in line with IEC: 60076 and the test procedures as
mentioned in “Annexure-B”. Complete test report shall be submitted to
purchaser after proper scrutiny and signing on each page by the test engineer
of the Bidder.

21.3 Type Tests on fittings:

All the following fittings shall conform to type tests and the type test reports
shall be furnished by the Bidder along with the drawings of equipment/
fittings as per the Section – GTP. The list of fittings and the type test
requirement is:

1) Bushing (Type Test as per IEC:60137 including Snap back/Seismic


test for 400 kV and above voltage class bushing)
2) Bus post insulators
3) Buchholz relay
4) Marshalling (IP-55 test)
5) Pressure Relief device Test (including IP 55 test in terminal box)
6) Sudden Pressure Relay Test (including IP 55 test in terminal box)

21.4 Pre-Shipment Checks at Manufacturer's Works


21.4.1 Check for inter-changeability of components of similar reactor for
mounting dimensions.
21.4.2 Check for proper packing and preservation of accessories like radiators,
bushings, dehydrating breather, rollers, buchholz relay, fans, control cubicle,
connecting pipes, conservator etc.
21.4.3 Check for proper provision for bracing to arrest the movement of core and
-30-
winding assembly inside the tank.
21.4.4 Gas tightness test to confirm tightness and record of dew point of gas inside
the tank. Derivation of leakage rate and ensure the adequate reserve gas
capacity.

21.5 Inspection and Testing at Site

The Bidder shall carry out a detailed inspection and testing programme for field
activities covering areas right from the receipt of material stage upto
commissioning stage. An indicative programme of inspection as envisaged by
the Employer is given below. However, it is Bidder’s responsibility to draw up
and carry out such a programme duly approved by the Employer. Testing of oil
sample at site shall be carried out for BDV, Moisture content, Tan Delta at 90
deg C, Resistivity at 90 deg C and interfacial tension.

21.6 Receipt and Storage Checks

21.6.1 Check and record condition of each package, visible parts of the reactor etc.
for any damage.
21.6.2 Check and record the gas pressure in the reactor tank as well as in the gas
cylinder.
21.6.3 Visual check for wedging of core and coils before filling up with oil and
also check conditions of core and winding in general.
21.6.4 Check and record reading of impact recorder at receipt and verify the
allowable limits as per manufacturer's recommendations.

21.7 Installation Checks

21.7.1 Check whole assembly for tightness, general appearance etc.


21.7.2 Oil leakage test
21.7.3 Capacitance and tan delta measurement of bushing before fixing/connecting
to the winding, Bidder shall furnish these values for site reference. Tan delta
measurement shall not be associated with temperature correction.
21.7.4 Leakage check on bushing before erection.
21.7.5 Measure and record the dew point of gas in the main tank before assembly.

21.8 Commissioning Checks

21.8.1 Check the colour of silicagel breather.


21.8.2 Check the oil level in the breather housing, conservator tanks, cooling
system, condenser bushing etc.
21.8.3 Check the bushing for conformity of connection to the lines etc,
21.8.4 Check for correct operation of all protection devices and alarms/trip :
i. Buchholz relay
ii. Excessive winding temperature
iii. Excessive oil temperature
iv. Low oil flow

-31-
v. Low oil level indication
21.8.5 Check for the adequate protection on the electric circuit supplying the
accessories.
21.8.6 Insulation resistance measurement for the following:
i) Control wiring
ii) Main windings
iii) Bushing current Transformer
21.8.7 2 kV/minute test between bushing CT terminal and earth.
21.8.8 Check for cleanliness of the reactor and the surroundings
21.8.9 Measure vibration and noise level
21.8.10 Capacitance and Tan delta measurement of winding and bushing
21.8.11 Frequency response analysis (FRA). FRA equipment shall be arranged by
purchaser.
21.8.12 DGA of oil just before commissioning and after 24 hours energisation at site.

-32-
Annexure – A

1.0 Technical Particulars / Parameters of 420kV Shunt Reactor

Clause Description Unit Parameters


No.
1.1 Rated Voltage, Ur (1p.u) kV 420
1.2 Rated Capacity at 420 kV MVAR As per BPS
1.3 Standard IEC
1.4 Connection (3 Phase) Star
1.5 Cooling System ONAN
1.6 Frequency Hz 50
1.7 No of Phases 3
1.8 Service Outdoor
1.9 System Fault Level kA 40
1.10 Permissible current % ±2
unbalance among different
phases
1.11 Crest value of Third Harmonic % ≤ 3% of the
content in phase current at crest value of
rated voltage with sinusoidal fundamental
wave form
1.12 Range of constant Impedance Up to 1.5 p.u.
(However, complete voltage
saturation characteristics of
the Reactors up to 2.5
1.13 l on current
Tolerance h ll b f i h d) % 0 to +5%
1.14 Ratio of zero sequence Range 0.9 - 1.0
reactance to positive
reactance (X0/X1)
1.15 Temperature rise over 50 deg
C Ambient Temp at rated
voltage
Top oil measured by ºC 40
thermometer
Average winding measured by ºC 45
resistance method
1.16 Max. design Ambient temp ºC 50
1.17 Windings
a) Lightning Impulse withstand
Voltage
HV kVp 1300
Neutral kVp 550
b) Switching Impulse withstand
Voltage
HV kVp 1050

-33-
c) Power Frequency withstand
Voltage
Neutral kVrms 230
d) Tan delta of windings < 0.005
1.18 Bushing
a) Rated voltage
HV kV 420
Neutral kV 145
b) Rated current (Min.)
HV A 800
Neutral A 800
c) Lightning Impulse withstand
Voltage
HV kVp 1425
Neutral kVp 650
d) Switching Impulse withstand
Voltage
HV kVp 1050
e) Power Frequency withstand
Voltage
HV kVrms 695
Neutral kVrms 305
f) Minimum total creepage
distances
HV mm 13020
Neutral mm 4495
g) Tan delta of bushings
HV < 0.004
Neutral < 0.004
h) Max Partial discharge level at
Um
HV pC 10
Neutral pC 10
1.19 Maximum Partial discharge pC 100
level at
1.58 Ur / √3
1.20 Vibration and Tank stress Max : ≤ 200
level at rated voltage and microns peak
frequency to peak
Average: ≤60
microns peak
to peak.
Stress:≤
2.0kg/sq.mm at
1.21 Maximum Noise level at dB 80
rated voltage and frequency
Notes:
Tan delta of Winding & Bushing shall be measured at ambient temperature. No
temperature correction factor shall be applied.

-34-
2.0 Technical Particulars / Parameters of 245kV Shunt Reactor

Clause Description Unit Parameters


No.
2.1 Rated Voltage, Ur (1p.u) kV 245
2.2 Rated Capacity at 245 kV MVAR As per BPS
2.3 Standard IEC
2.4 Connection (3 Phase) Star
2.5 Cooling System ONAN
2.6 Frequency Hz 50
2.7 No of Phases 3
2.8 Service Outdoor
2.9 System Fault Level kA 40
2.10 Permissible current % ±2
unbalance among
different phases
2.11 Crest value of Third % ≤ 3% of
Harmonic content in phase the crest
current at rated voltage with value
sinusoidal wave form
2.12 Range of constant Up to 1.4
Impedance (However,
complete saturation
characteristics of the
Reactors up to 2.5

2.13 Tolerance on current % 0 to +5%


2.14 Ratio of zero sequence Range 0.9 - 1.0
reactance to positive
reactance (X0/X1)
2.15 Temperature rise over 50
deg C Ambient Temp at
rated voltage
Top oil measured by ºC 40
thermometer
Average winding measured ºC 45
by resistance method

2.16 Max. design Ambient temp ºC 50


2.17 Windings
a) Lightning Impulse withstand
Voltage
HV kVp 950
Neutral kVp 170
b) Switching Impulse withstand
Voltage
HV kVp 750
c) Power Frequency withstand
Voltage

-35-
Neutral kVrms 70
d) Tan delta of windings < 0.005
2.18 Bushing
a) Rated voltage
HV kV 245
Neutral kV 36
b) Rated current (Min.)
HV A 800
Neutral A 800
c) Lightning Impulse withstand
Voltage
HV kVp 1050
Neutral kVp 170
d) Switching Impulse withstand
Voltage
HV kVp 750
e) Power Frequency withstand
Voltage
HV kVrms 505
Neutral kVrms 77
f) Minimum total creepage
distances
HV mm 6820
Neutral mm 900
g) Tan delta of bushings
HV < 0.004
h) Max. Partial discharge level at
Um
HV pC 10
2.19 Max. Partial discharge level pC 100
at
2.20 Vibration and Tank stress Max : ≤ 200
level at rated voltage and microns peak
frequency to peak
Average:

Stress:

2.0kg/sq.mm
at any point
on tank.
2.21 Maximum Noise level at dB 75
rated voltage and
frequency

Notes: Tan delta of Winding & Bushing shall be measured at ambient temperature. No
temperature correction factor shall be applied.

-36-
Annexure –B
Test Plan

No. Item Test


Category
1. Measurement of winding resistance Routine

2. Reactance and loss measurement Routine


(Measured in Cold and Hot state for the unit on
which temperature rise test is performed & in
Cold state for all other units )
3. Measurement of insulation resistance & Polarization Routine
Index
4. Measurement of insulation power factor and Routine
capacitance between winding and earth
5. Measurement of insulation power factor and Routine
capacitance of bushings
6. Chopped wave lightning impulse test for the line Routine
terminals (LIC)
7. Lightning impulse test on Neutral Routine
8. Switching impulse test Routine
9. Applied voltage test (AV) Routine
10. Induced Over Voltage Test with Partial Discharge Routine
Measurement
11. Gas-in-oil analysis Routine
12. Oil leakage test on Reactor tank Routine
13. Appearance, construction and dimension check Routine
14. Frequency Response analysis (Soft copy of test Routine
report to be submitted to site along with test
reports )
15. High voltage with stand test on auxiliary Routine
equipment and wiring after assembly
16. 2-Hour excitation test except type tested unit Routine
17. Tank vacuum test Routine
18. Tank pressure test Routine
19. Vibration & stress measurement in Cold and Hot Routine
state for the unit on which temperature rise test is
performed & in Cold state for all other units
(Measurement shall also be carried out at 1.05Ur
for reference only on one unit of each type )
20 Core assembly dielectric and earthing continuity test Routine
21. Temperature rise test Type
22. Measurement of harmonic content of current ( Type
Measured in Cold state)
23. Measurement of acoustic noise level Type
(Measured in Cold and Hot state of temperature rise
test )
24. Knee point voltage measurement of reactor Type
(Measured in Cold state)
25. Measurement of zero-sequence reactance Type
( Applicable for three phase shunt reactor only)
Annexure - C

Test Procedures

1. Reactance and loss measurement


• The type tested unit shall be measured in the cold and hot state.
• In other units, measurement shall be carried out in the cold state and
corrected as per factors derived from the type tested unit.
• Measurement shall also be carried out during 2-hour excitation test.
The following details shall be recorded under the heading of losses on
the test certificate:
• the voltage readings taken;
• the mode of response and scaling of the voltmeters;
• the current reading;
• the power reading;
• total losses measured;
• Total losses corrected to 75°C winding temperature
• the frequency reading ;
• the instrument constants and corrections (if any);
• The magnetization curve of the reactor (Type tested unit).

2. Core assembly dielectric and earthing continuity tests.

The insulation of the magnetic circuit, and between the magnetic circuit and
the core clamping structure, including core-bolts, bands and/ or buckles shall
withstand the application of a test voltage of either 2 kVac or 3 kV dc for 60
seconds.

The insulation of core to tank, core to yoke clamp (frame) and yoke clamp
(frame) to tank shall be able to withstand a voltage of 2 kV (DC) for 1 minute.
Insulation resistance shall be minimum 1 GΩ for all cases mentioned above.

The continuity of the single-point earthing shall be verified before despatch.


The results of the works tests shall be recorded on the test certificate, and shall
include the resistance reading obtained from a measurement made between the
core and core clamping structure by means of at least 1.5 kV ac or 2 kV dc.
During erection, the Bidder shall repeat this measurement at site. The records
of these tests shall also be included in the test report.

3. Two hours excitation test


• Each reactor to be excited at 1 p.u. for 2 hours except type tested unit.
• Measure reactance, loss and vibration
• DGA rate interpretation shall be as per IEC/ CIGRE/ IEEE guidelines

4. Temperature rise test (As per IEC-60076)

Temperature rise shall be guaranteed and tested at rated voltage (1 p.u).


DGA tests shall be performed before and after heat run test and DGA
results shall generally conform to IEC61181.
During this test the following shall be measured.
- Reactance and loss
- Audible sound
- Vibration
- Colour photographs of the four sides and top of the reactor together with
the corresponding series of thermal images (colour) during starting and end
of the test. It is also recommended to take thermal images 4 more times to
take care of any unforeseen situation.
- Temperature measurement with internal probes during test.
The heat run type test results shall serve as a “finger print” for the other
units to be routine tested.
The tests shall be done for a minimum of 24 hours with saturated temperature
for at least 4 hours.
Full details of the test arrangements, procedures and conditions shall be
provided with the test certificates and the following shall at least be included.
• Purchaser’s order number and reactor site designation.
• Manufacturer’s name and reactor serial number.
• Ratings of reactor:
• MVA
• Voltage:
• Frequency
• Rated currents:
• Class of cooling
• Measured load losses at 75° C.
• Altitude of test bay.

Top oil temperature rise test

A log of the following parameters taken at 30 minute intervals:


• time
• Voltage
• Current
• Total power
• Ambient temperature measured on not less than three thermometers
• Top oil temperature: and
• Cooler inlet and outlet oil temperatures.

Winding temperature rise test

• Log the half–hourly readings of the parameters as for the top oil
temperature rise test.
• Provide a table of readings, after shut-down of power, giving the
following information;
• Time after shut- down:
• Time increment:
• Winding resistance: Record the resistance values for
minimum 20 minutes.
• Provide a record of all calculations, corrections and curves leading to
the determination of the winding temperatures at the instant of shut-
down of power.
• Record any action taken to remedy instability of the oil surge
device during initiation of the oil circulating pumps.
Temperature measurements as per special probes or sensors placed at various
locations shall also be recorded.

5. Tank Vacuum Tests

All shunt reactor tanks shall be subjected to the specified vacuum.The tank
designed for full vacuum shall be tested at an internal pressure of 3.33
KN/sq.m absolute (25 torr) for one hour. The permanent deflection of flat
plates after the vacuum has been released shall not exceed the values specified
below:
---------------------------------------------------------------------
Horizontal length of Permanent deflection flat plate
(in mm) (in mm)
---------------------------------------------------------------------
Upto and including 750 5.0
751 to 1250 6.5
1251 to 1750 8.0
1751 to 2000 9.5
2001 to 2250 11.0
2251 to 2500 12.5
2501 to 3000 16.0
above 3000 19.0
--------------------------------------------------------------------

6. Tank Pressure Test

All shunt reactor tanks of each size ,its radiator, conservator vessel and other
fittings together or separately shall be subjected to a pressure corresponding to
twice the normal head of oil or normal oil head pressure plus 35 KN/sq.m
whichever is lower, measured at the base of the tank and maintained for one
hour. The permanent deflection of the flat plate after the excess pressure has
been released shall not exceed the figures specified above for vacuum test.

7. Oil leakage test on reactor tank

All tanks and oil filled compartments shall be completely filled with air or
oil of a viscosity not greater than that of insulating oil conforming to IEC
60296 at the ambient temperature and subjected to a pressure equal to
normal head of oil plus 35 kN/sq.m(5 psi) measured at the base of the tank.
This pressure shall be maintained for a period of not less than 12 hours for oil
and 1 hour for air during which no leakage shall occur.

8. Routine tests on Bushings: Routine test on bushings shall be done as per IEC
60137.
Annexure – D

Technical Parameters of Current Transformers of 420 kV Shunt Reactor On each


phase connection

Ratio Shunt Reactor


(a) Line Side Neutral Side
CORE 1 200/1A 200/1A
CORE 2 200/1A To be decided by
Bidder for WTI
CORE 3 200/1A 200/1A 2000-
1000-500/1A

CORE 4 200/1A 200/1A 2000-


1000-500/1A

(b) Minimum knee point voltage or burden and accuracy class


CORE 1 200V, TPS Class 200V, TPS Class

CORE 2 200V, TPS Class To be decided by


Bidder for WTI
CORE 3 200V, TPS Class 1000-500-250V,
TPS Class

CORE 4 10VA,1.0 Class 1000-500-250V,


TPS Class
(c) Maximum CT Secondary Resistance
CORE 1 1 Ohm 1 Ohm

CORE 2 1 Ohm -
CORE 3 1 Ohm 10-5-2.5 Ohm
CORE 4 10-5-2.5 Ohm
(d) Application
CORE 1 Reactor Reactor Restricted earth
Differential Differential fault
CORE 2 Restricted earth Temperature
fault Indicator (on one
phase only)
CORE 3 Reactor Backup Line Protection
(Main-I)/T zone
differential
Protection/spare
CORE 4 Metering Line Protection
(Main-II)/T zone
differential
Protection/spare

NOTE:
i) For TPS class CT’s, Dimensioning parameter “K”, Secondary VA shall be considered 1.5
and 20 respectively.
ii) Rated continuous thermal current rating shall be 200% of rated primary current.
iii) Parameters of WTI CT for each winding shall be provided by the Bidder.

iv) For estimation of spares, one set of CTs shall mean one CT of each type used in Reactor.
v) The CT used for REF protection must have the identical parameters in order to limit the
circulating current under normal condition for stability of protection.
Technical Parameters of Current Transformers of 245kV Shunt Reactor on each phase
connection

Ratio Shunt Reactor


(a) Line Side Neutral Side Common Neutral
Side
CORE 1 200/1A 200/1A 200/1A
CORE 2 200/1A 200/1A -
CORE 3 200/1A 200/1A -
CORE 4 - To be decided by -
Bidder for WTI
(b) Minimum knee point voltage or burden and accuracy class
CORE 1 200V, TPS Class 10VA,1.0 Class 200V, TPS Class

CORE 2 200V, TPS Class To be decided by -


Bidder for WTI
CORE 3 200V, TPS Class 1000-500-250V, -
TPS Class

CORE 4 - 1000-500-250V, TPS Class -

(c) Instrument security factor (max.)


CORE 1 - 20 -
CORE 2 - - -
CORE 3 - - -
CORE 4 - - -
(d) Maximum CT Secondary Resistance
CORE 1 Reactor Reactor Differential Restricted earth
Differential fault

CORE 2 Restricted earth Temperature


fault Indicator (on one
phase only)

CORE 3 Reactor Backup Line Protection


(Main-I)/T zone
differential
Protection/spare

CORE 4 Metering Line Protection (Main-II)/T


zone
differential
Protection/spare
(e) Exciting current(max.) at 50V
CORE 1 60 mA - 60 mA
CORE 2 60 mA 60 mA -
CORE 3 60 mA 60 mA -
CORE 4 - - -
(f) Application
CORE 1 Differential Metering Restricted
protection(High earth fault
impedance)
CORE 2 Restricted earth Restricted -
fault earth fault

CORE 3 Backup Differential protection(High -


impedance impedance)
protection

CORE 4 - Winding temp. -


Indication (on one phase
only)

Note:
i) For TPS class CT’s, Dimensioning parameter “K”, Secondary VA shall be considered 1.5
and 20 respectively.
ii) Rated continuous thermal current rating shall be 200% of rated primary current.
iii) Parameters of WTI CT for each winding shall be provided by the Bidder.
iv) For estimation of spares, one set of CTs shall mean one CT of each type used in Reactor
v) The CT used for REF protection must have the identical parameters in order to limit the
circulating current under normal condition for stability of protection
SECTION-XX

CAPACITOR BANK
Technical Specification Of Capacitor Bank Of 20 MVAR For 66 kV And 10 MVAR For 33
kV Along with Series Reactor and NCT

1.0. Technical Specification of Capacitor Bank of 20 MVAR for 66 kV and 10 MVAR for 33 kV

1.1. CAPACITOR BANK

Capacitor bank shall be 3-phase; 50HZ, solidly earthed, outdoor type, single/two tier rack assembly
suitable to accommodate all the units of banks with all the interconnection of the unit fuses and bus
bar. Capacitor bank shall be 20 MVAR and 10 MVAR capacity designed for system voltage of 66
KV and 33KV respectively. Capacitor bank shall be supplied with series reactors and NCT
as per the Specifications given.

1.2. CAPACITOR UNIT

a) Capacitors shall confirm to IS 13925 amended to date.

b) Capacitor unit shall use Aluminium foils as conducting layer and it shall be of APP (All
poly propylene) design. The dielectric used shall be combination of Polypropylene film and
conducting material as aluminium foil. The impregnate shall be Non-PCB (Poly Chlorinated
biphenyl) and Non- toxic type. Adequate number of such elements shall be assembled and
enclosed in the enclosure to form single-phase unit with terminal bushings.

c) The size of Capacitor bank at existing is HXWXD= 500X350X140 mm and Capacitor bank shall
consist of small units of capacitor cells series/parallel combination per phase. Each unit shall be
of 200KVAR capacity, single phase, 7.3 KV, 50HZ and suitable current rating shall be provided
in double star arrangement. The capacitor shall be suitable for outdoor application with
ambient temperature category of 50 Deg. C.

d) Power Loss: The value of the tangent of the dielectric loss angle and the power loss of the
capacitor unit including the discharge resistance shall be as per IS 13925.

e) Capacitor unit shall be provided with internal fuse arrangement.

f) The container of each capacitor unit shall be provided with suitable earthing terminal clearly
marked with "Earth" symbol.

g) Discharge device: Each capacitor shall be fitted with an integral low loss continuously rated
discharge device. The discharge device shall be so designed that the residual voltage will be
reduced to 50 volts or less within Ten (10) minute of the disconnection of the capacitor from the
source of supply as per IS13925.

h) General Requirements:

i. The enclosure shall be made of adequate thickness (not less than 1.25 mm) to avoid damage in
case of internal fault.
ii. Complete mounting brackets supporting insulators and all others components for elements for
formation of capacitor bank racks shall be supplied along with the capacitor units.
iii. The container shall be hermetically sealed by controlled arc welding process. The metal flanges
of the bushing should be soldered/welded to the enclosure and covered with epoxy compound,
providing a strong hermetical seal to the container.
iv. The outside the capacitor units and other structures should have smooth and tidy look and
should be coated with weather proof, corrosion resistant epoxy paint of light gray shade No. 631
of IS 5. The structure shall be suitable GI coated.
i) Nameplate showing all technical parameters shall be provided on capacitor unit as per IS 13925.
j) Tests: The vendor shall submit the latest Type Test certificate for capacitor unit from a
recognized laboratory. Type test certificate shall be considered valid for 3 years from the date
of test performed on the material. The capacitor unit shall be subjected to routine and
acceptance test in accordance with IS: 13925.

Technical parameters:

S.No Description 66 kV 33 kV
1. Nominal system voltage 66 kV 33 kV
2. Rated system voltage 72.5kV 36 kV
3. MVAR capacity 20 MVAR 10 MVAR
4. Rated output of capacitor bank
28.8 MVAR 14.4 MVAR
5. Short circuit level for 1 sec31.5 KA 31.5 KA
6. IS/IEC IS 13295 amended to IS 13295 amended
date to date
7. Rating of Capacitor unit 200KVAR, single phase, 200KVAR, single
7.3 KV phase, 7.3 KV
8. Ambient temp 50°C 50°C
9. Power Loss As per IS 13925 As per IS 13925
10. Protection of Capacitor unit Internal fuse Internal fuse
11. Limits of permissible over As per IS 13925. As per IS 13925.
currents and over voltages

1.3. Spares: One Capacitor meter per Capacitor bank and 10% of the Capacitor units for both the
66KVand 33 KV Capacitor bank.

2.0. Technical Specification of Series Reactor for 66 kV and 33 kV:

2.1. SERIES REACTOR

a) 0.2% Series reactor per phase per step of capacitor rating for inrush current
restriction to be connected between neutral & respective phase. Reactors shall be
suitable for outdoor application under maximum ambient temperature 50 Deg. C.

b) Series reactors shall conform to IS 5553.

c) It shall be single phase, Dry type (Resin impregnated, aluminum wound) and Air cooled .

d) Max. Permissible continuous current through reactor shall be 130% of rated current of
the Capacitor bank.

e) Reactor shall be free from annoying hum or vibration. The design shall be such as not to
cause any undesirable interference with radio or communication circuits.

f) Nameplate showing all technical parameters shall be provided on reactor.

g) Tests: The series reactor shall be type tested and shall be subjected to routine and
acceptance test in accordance with IS: 5553.
3.0 Technical Specification of Neutral Current Transformer for 66 kV and 33 kV:

3.1 NEUTRAL CURRENT TRANSFORMER


a) The current transformers shall be oil type, suitable current ratio and burden for measuring the capacitor
current.

b) These CT‟s shall form either an integral part of Capacitor bank enclosure or may be separate outdoor
type on structure.

c) The accuracy class for the purpose of measuring the current shall be 1.0 for 66 kV and 33 kV.

d) Tests: The Current Transformer shall be type tested and shall be subjected to routine and acceptance test
in accordance with IS: 2705.

Technical parameters of NCT:

S.No Description 66 kV 33 kV
1. Rated voltage system 72.5 kV 36 kV
2. IS/IEC IS 2705 IS 2705
3. Current Ratio
Core-I 4/1 10/1
Core-II 4/1 10/1
4. Rated VA burden
Core-I 15 VA 15 VA
Core-II 15 VA 15 VA
5. Accuracy class
Core-I PS PS
Core-II 1.0 1.0

GUARANTEED TECHNICAL PARTICULARS –CAPACITOR BANK

1. Manufacturer & Product Type


2. Standard followed
3. Type (Indoor / Outdoor)
4. Rated Voltage.
5. Max. Permissible continuous over voltage as on percentage of Rated voltage
6. Rated Frequency
7. Nominal capacitance at 25 Deg C
8. Nominal capacitance at 50 Deg C
9. Manufacturing tolerance on capacitance value (%)
10. Variation of capacitance due to ambient temperature & load.
11. Variation of capacitance at Alarm stage
12. Variation of capacitance at Trip Stage.
13. Temperature Category
14. Rated Output of bank MVAR (Installed)
15. Output of bank MVAR (Effective at 66 & 33 KV)
16. Bank connection
17. No. of units per bank and per phase
18. Power frequency withstand voltage KV (RMS)
19. Impulse withstand voltage KV (PEAK)
20. Type of mounting of units in bank
21. Total Current (Amps)
22. Creepage Distance (mm)
GUARANTEED TECHNICAL PARTICULARS –SERIES REACTOR
1. Manufacturer‟ & Product Type
2. Standard followed
3. Type of Reactor
4. Rated Voltage
5. Rated Frequency
6. Temperature category
7. Location
8. Core
9. Shielding
10. Winding material
11. No. of phases
12. Rated current (Amps)
13. Rated KVAR
14. Reactance / phase (Ohms)
15. Maximum permissible continuous current (Amps)
16. Short time current
17. Class of insulation
18. Tolerance in Inductance
19. Total losses in Reactor (At 75Deg C)
20. Power frequency withstand voltage KV (RMS)
21. Impulse withstand voltage KV (PEAK)
22. Creepage distance (mm)
23. Total weight (KG)
24. Overall Dimensions (mm)

GUARANTEED TECHNICAL PARTICULARS –CAPACITOR UNIT

1. Rated output (KVAR)


2. Applicable standard
3. Rated Voltage (KV)
4. Max. Permissible continuous over voltage as on percentage of Rated voltage.
5. Rated Frequency
6. Nominal capacitance at 25 Deg C.
7. Nominal capacitance at 50 Deg C.
8. Manufacturing tolerance on capacitance value (%).
9. Variation of capacitance due to ambient temperature & load.
10. Variation of capacitance at alarm stage.
11. Variation of capacitance at trip stage.
12. Rated Current (AMP)
13. Dielectric (Type)
14. Power frequency withstand voltage KV (RMS)
15. Impulse withstand voltage KV (PEAK)
16. Discharge Resistance (Value)
17. Discharge Time for 50 volts.
18. Protection to unit.
19. Imp regnant
20. Enclosure material
21. Painting
22. Losses in capacitor unit under stabilized condition
23. Losses in Discharge devise and fuse.
24. Overall Dimensions of unit
25. Weight of single unit (KG)
3.2 GUARANTEED TECHNICAL PARTICULARS – CURRENT TRANSFORMER

1. Name and address of manufacturer


2. Manufacturer’s type designation
3. Standards applicable
4. Rated frequency (Hz)
5. Rated voltage (kV)
6. Rated current
7. Short time thermal current withstand for 1 sec (kA)
8. Accuracy class (for all cores)
DELHI TRANSCO LTD
(A Government of NCT of Delhi Undertaking)

Bidding Documents
For
Design, Engineering, Manufacturing, Supply, Erection, Testing
& Commissioning of 220/33 kV GIS Sub-Station with complete
civil works & automation at Rajghat Power House New Delhi
(India) on Turnkey Basis.

VOLUME – III

Bid Form, Attachments, GTP & Price Schedules


VOLUME-III
Bid Form, Attachments, GTP & Price Schedules

SECTION 1: BID FORM

SECTION 2: ATTACHMENTS

SECTION 3: GUARATNTEED TECHNICAL PARTICULARS

SECTION 4: PRICE SCHEDULE


SECTION-I

BID FORM
.
SECTION: I
BID FORMS

Bid Proposal Ref. No……………………… Date: ………………

Name of Package:

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of 220/33 kV GIS
Sub-Station with complete civil works & automation at Rajghat Power House New Delhi (India) on
Turnkey Basis

To,

Delhi Transco Limited


Shakti Sadan, Kotla Road
New Delhi – 110002

Ladies and Gentlemen,

1.0 Having examined the Bidding Documents, including Amendment Nos. ______________(Insert
Numbers) dated ………………… the receipt of which is hereby acknowledged, we the
undersigned, offer to design, engineering, manufacturing, supply, erection, testing &
commissioning (including carrying out Performance & Guarantee Test) of the Facilities under the
above-named package in full Conformity with the said Bidding Documents for the sum of :

(Amount of Indian Rupees in Words)


(______________________________)
(Amount in Figures)

or such other sums as may be determined in accordance with the terms and conditions of the
Bidding Documents.

“Note: Being a Two Part tender, bidders are required to submit the Bid Forms in Part –I as well as
in Part-II. However, the prices shall be quoted only in the Bid Form to be submitted with Price Bid
Part -II.”

2.0 ATTACHMENTS TO THE BID FORM

In line with the requirement of the Bidding Documents, we enclose herewith the following
Attachments to the Bid Form :
(a) Attachment 1: Bid Security in the form of …………………* for a sum of
…………………………. (name of currency and amount in words and
figures) initially valid for a period of two hundred twenty-five (225) days
from the date set for opening of bids.

* Please fill in the alternative chosen in line with 12.2 Section-ITB,


Vol .-I, of the Bidding Documents

(b) Attachment 2: A power of attorney duly authorized by a Notary Public indicating that the
person(s) signing the bid have the authority to sign the bid and thus that
the bid is binding upon us during the full period of its validity in
accordance with the ITB Clause 13.

(c) Attachment 3: The documentary evidence that we are eligible to bid in accordance with
ITB Clause 1 and in Clause 8.3 (c) & (e) ITB are qualified to perform the
contract if our bid is accepted. The qualification data has been furnished
_____________________________________________________________________________________________________________________
Section I: Bid Forms Page 1 of 7
as per your format enclosed with the bidding documents. * Further, the
required deed of Joint Venture Agreement signed by us and our Partners
has also been furnished as per your format.

* Delete if not applicable

(d) Attachment 4&4A: The documentary evidence establishing in accordance with ITB Clause 1,
Vol .-l of the Bidding Documents that the facility offered by us are eligible
facilities and conform to the Bidding Documents has been furnished
as Attachment 4. Moreover, a list of Special Tools & Tackles to be
furnished by us, the cost of which is included in our Bid Price, is also
enclosed as per your format as Attachment 4A.

(e) Attachment 5: The details of all major items of services or supply which we propose
subletting in case of award, giving details of the name and nationality
of the proposed subcontractor/sub-vendor for each item.

(f) Attachment 6: The variation and deviations from the requirements of the Conditions of
Contract, ITB and other commercial conditions. Technical Specification
and Drawings (excluding critical provisions as mentioned at clause 6.0
below) in your format enclosed with the Bidding Documents, including,
inter alia, the cost of withdrawal of the variations and deviations indicated
therein.

(g) Attachment 6A: The variation and deviations from the requirements of the CC clauses
mentioned in ITB Clause 21.4.1 in your format enclosed with the Bidding
Documents, including, inter alia, the cost of withdrawal of the variations
and deviations indicated therein.

(h) Attachment 7: The details of Alternative Bid made by us indicating the complete
Technical Specifications, the Bid price for the Alternative Bid and the
deviation to contractual and commercial conditions.

(i) Attachment 8: Not applicable.

(j) Attachment 9: Work Completion Schedule.

(k) Attachment 10: Guarantee Declaration.

(l) Attachment 11: Information regarding ex-employees of DTL in our firm.

(m) Attachment 12: Unequivocal consent of the proposed Indian Associate for the purpose of
executing the 'Second Contract' and/ or "Third Contract' as an independent
Contractor (Applicable to Foreign Bidders).

(n) Attachment 13: Capacity and Experience of Proposed Indian Associate (Applicable to
Foreign Bidders).

(o) Attachment 14: Integrity Pact, in a separate envelope duly signed on each page by the
person signing the bid.

(p) Attachment 15: Checklist

(q) Attachment 16: Option for mode of payment (either through irrevocable confirmed ‘Letter
of Credit’ or through ‘direct payment’), Option for currency of payment
for foreign bidders.

_____________________________________________________________________________________________________________________
Section I: Bid Forms Page 2 of 7
3.0 PRICE SCHEDULES

3.1 In line with the requirements of the Bidding documents, we enclose herewith the following Price
Schedules, duly filled - in as per your proforma:

Schedule 1 Price break-up Plant and Equipment (including Mandatory Spares Parts)
to be supplied from Abroad including Type Test charges for Type Test to
be conducted Abroad.

Schedule 2 Price break-up of Plant and Equipment (including Mandatory Spares


Parts) to be supplied from India including Type Test charges for Type Test
to be conducted in India.

Schedule 3 Break-up of Local Transportation, Insurance and other Incidental


Services (including port clearance etc.)

Schedule 4 Price Breakup of Installation Charges

Schedule 5a Break-up of Type Test charges for Type Tests to be conducted abroad.
(Total of this schedule is included in Schedule -1 above)(Not Applicable)

Schedule 5b Break-up of Type Test charges for Type Tests to be conducted in India.
(Total of this schedule is included in Schedule - 2 above) (Not
Applicable)

Schedule 6a Training Charges for Training to be imparted abroad [Training in the field
of design, operation and maintenance of the GIS Installations including
procedures for fault attending at manufacturer's / supplier's works (as per
Technical Specifications)] (Shall be Inclusive).

Schedule 6b Training Charges for Training to be imparted in India [(Training in the


field of design, operation and maintenance of the GIS Installations
including procedures for fault attending at manufacturer's / supplier's
works (as per Technical Specifications)] (Shall be Inclusive).

Schedule 7 Grand summary of the quoted bid price.

Schedule 8 Deleted.

Schedule 9 Deleted.

Schedule 10 Details of recommended spare parts & recommended test equipments. (in
line with Technical specifications)

3.2 We are aware that the Price Schedules do not generally give a full description of the Work to be
performed under each item and we shall be deemed to have read the Technical Specifications and
other sections of the Bidding Documents and Drawings to ascertain the full scope of Work
included in each item while filling-in the rates and prices. We agree that the entered rates and
prices shall be deemed to include for the full scope as aforesaid, including overheads and profit.

3.3 We declare that as specified in the clause 11.2 CC of the Bidding Documents prices quoted by us
in the Price Schedules shall be Fixed and Firm during the execution of Contract.

3.4 We understand that in the price schedules, where there are errors between the total of the amounts
given under the column for the price Breakdown and the amount given under the Total Price, the
former shall prevail and the latter will be corrected accordingly. We further understand that where
there are discrepancies between amounts stated in figures and amounts stated in words, the amount
_____________________________________________________________________________________________________________________
Section I: Bid Forms Page 3 of 7
stated in words shall prevail. Similarly, any discrepancy in the total bid price and that of the
summation of Schedule price (price indicated in a Schedule indicating the total of that schedule),
the total bid price shall be corrected to reflect the actual summation of the Schedule prices.

3.5 We declare that items left blank in the Schedules will be deemed to have been included in other
items. The TOTAL for each Schedule and the TOTAL of Grand Summary shall be deemed to be
the total price for executing the Facilities and sections thereof in complete accordance with the
Contract, whether or not each individual item has been priced.

4.0 We confirm that except as otherwise specifically provided our Bid Prices include all taxes, duties,
levies and charges as may be assessed on us, our Sub Contractor/Sub-Vendor or their employees
by all municipal, state or national government authorities in connection with the Facilities, in and
outside of India.

4.1 We understand that notwithstanding 4.0 above, in case of award on us, you shall bear and promptly
pay/reimburse all custom and import duty imposed; on the Plant & Equipment including
Mandatory Spare Parts specified in Schedule No.1 to be incorporated into the Facilities, by the
Indian Laws. However, we understand that if we choose to ship the equipment in Shipper's
Containers, then the custom duty levied on the cost of empty Containers shall not be borne by you
and shall be payable by us.

100% of applicable Taxes and Duties, which are payable by the Employer under the Contract, shall
be reimbursed by the Employer after dispatch of equipment on production of satisfactory
documentary evidence by the Contractor in accordance with the provisions of the bidding
documents.

4.2 We further understand that notwithstanding 4.0 above, in case of award on us, you shall also bear
and pay/reimburse to us/ our Indian Associate (applicable for Foreign Bidders) taxes duties &
levies as per GST rules in respect of transaction between you and us/our Indian Associate
(applicable for Foreign Bidders), imposed on the Plant & Equipment including Mandatory Spare
Parts specified in Schedule No. 2 to be incorporated into the Facilities by the Indian Laws.

4.3 Deleted.

4.4 We confirm that we shall [or our Indian Associate (applicable for Foreign Bidders) as per para 5.0
below] also get registered with the concerned Tax Authorities as per GST rules, in all the states
where the project is located.

4.5 Deleted.

4.6 We confirm that TDS under the applicable laws shall be deducted by the Employer from the
payments made to us and Employer shall issue TDS certificates in lieu of deductions so made.

5.0 CONSTRUCTION OF THE CONTRACT

5.1* (Applicable to foreign bidders only) We declare that we have studied Clause CC 44 relating to
mode of contracting for Foreign Bidders and we are making this proposal with a stipulation that
you shall award us three separate Contracts viz 'First Contract' for all works to be performed in
countries outside India covering, inter-alia, the Off-Shore Supply of equipment & materials
including mandatory spares (CIF Supply); 'Second Contract' for Supply of equipment & materials
including mandatory spares (Ex-works Supply) and testing to be conducted within India; and
'Third Contract' for providing all services i.e. port handling and custom clearance of the imported
goods; further loading and inland transportation for delivery at site, unloading, storage, handling at
site, installation, testing and commissioning including Performance Testing in respect of all
equipment & materials supplied under both 'First Contract' and 'Second Contract' and any other
services specified in the Bidding Documents. We declare that the award of three contracts, will not,
in any way, dilute our responsibility for successful operation of Plant/Equipment and fulfillment of
all obligations as per Bidding Documents and that all the three Contracts will have a cross-fall
_____________________________________________________________________________________________________________________
Section I: Bid Forms Page 4 of 7
breach clause i.e. a breach in one Contract will automatically be classified as a breach of the
remaining contracts which will confer on you the right to terminate the other contracts at our risk
and cost and/or recover damages under any or all the Contracts.

Further, M/s..............................................................................................whose capacity, and


experience are enclosed with our Bid as our Indian Associate for the purpose of executing the
'Second Contract' and / or the "Third Contract' and written unequivocal consent of the above
mentioned proposed Indian Associate to work as your independent Contractor, on the same terms
and conditions as offered by us to you in this bid, is also enclosed with the Bid form. We shall,
however, be overall responsible for the execution of all the three Contracts.

The above-mentioned proposed Indian Associate shall directly enter into the 'Second Contract'
and/ or 'Third Contract' with you and all the three contracts shall contain the aforesaid cross-fall
breach clause.

In case the Indian Associate , despite his written consent fails to enter into the 'Second Contract'
and/or 'Third Contract' with you, or if the Employer in his judgment does not find acceptance of
the proposed Indian Associate as its Contractor, then we undertake to enter into and execute all the
Contracts, inter alia, containing the aforesaid cross-fall breach clause. In such an event, the over-all
financial liability of the Employer, under the Contract shall, however, not exceed that envisaged in
our this bid.

5.1** (Applicable to Domestic Bidders only) We declare that we have studied Clause CC 44 relating to
mode of contracting for Domestic Bidders and we are making this proposal with a stipulation that
you shall award us two separate Contracts viz. 'First Contract' for ex-works and CIF (if any) supply
of all equipment and materials including mandatory spares identifying separately the CIF and Ex-
works components of the supply and 'Second Contract' for providing all the services i.e. inland
transportation for delivery at site, unloading, storage, handling at site, installation, testing and
commissioning including Performance Testing in respect of all the equipment supplied under the
'First Contract' and other services specified in the Contract Documents. We declare that the award
of two contracts will not in any way dilute our responsibility for successful operation of plant/
equipment and fulfillment of all obligations as per Bidding Documents and that both the Contracts
will have a cross-fall breach clause i.e. a breach in one contract will automatically be classified as
a breach of other contract which will confer on you the right to terminate the other Contract at our
risk and cost.

6.0 We have read the provisions of following clauses and confirm that the specified stipulations of
these clauses are acceptable to us :

(i) Appendix 2 to the Form of Contract Agreement (Price Adjustment): Clause No. 10.6 ITB

(ii) Bid Security: Clause No. 12.1, 12.2 ITB.

(iii) Performance Security: Clause 13.3 CC

(iv) Liquidated Damages & (Functional Guarantee): Clause 28 & 28.5 CC

(v) Defect Liability: Clause No. 27 CC

(vi) Payment: Clause No.12 CC

(vii) Time Schedule Appendix-IV

OR
@ We have read the provisions of following clauses and confirm that the specified stipulations of
these clauses are acceptable to us except for the deviations, along with the cost of withdrawal of
such deviations as listed in Attachment 6A:

_____________________________________________________________________________________________________________________
Section I: Bid Forms Page 5 of 7
(i) Appendix 2 to the Form of Contract Agreement (Price Adjustment): Clause No. 10.6 ITB

(ii) Bid Security: Clause No. 12.1, 12.2 ITB.

(iii) Performance Security: Clause 13.3 CC

(iv) Liquidated Damages & (Functional Guarantee): Clause 28 & 28.5 CC

(v) Defect Liability: Clause No. 27 CC

(vi) Payment: Clause No.12 CC

(vii) Time Schedule Appendix-IV

@ Bidders to strike off whichever is not applicable

6.1 We further declare that additional conditions, variations, deviations, if any, found in the proposal
other than those listed in Attachment 6 and/or Attachment 6A, save those pertaining to any rebates
offered, shall not be given effect to.

7.0 We undertake, if our bid is accepted, to commence the work on Facilities immediately upon your
Notification of Award to us, and to achieve Completion within the time stated in the Bidding
Documents.

We agree to abide by this bid for a period of 180 days from the date fixed for opening of bids as
stipulated in the Bidding Documents, and it shall remain binding upon us and may be accepted by
you at any time before the expiration of that period.

8.0 We undertake that, in competing for (and, if the award is made to us, in executing) the above
contract, we will strictly observe the laws against fraud and corruption in force in India namely
"Prevention of Corruption Act 1988".

9.0 Until a formal Contract is prepared and executed between us, this bid, together with your written
acceptance thereof in the form of your Notification of Award shall constitute a binding contract
between us.

10.0 We understand that you are not bound to accept the lowest or any bid you may receive.

We confirm that we (including all members of our Joint Venture/Consortium*) are not associated
and nor have been associated in the past, with the Consultant or any other entity, including the
Employer, that has prepared the design, specifications and other prequalification and bidding
documents for the project, or that was proposed as Engineer for the Contract, over the last five
years.
(* Delete, if bid is not from a JV/Consortium)

We confirm that we have filled-in the data required to be furnished by us in the Conditions of
Contract and Appendix-2 and Appendix-3 to the form of Contract Agreement.

We, hereby, declare that only the persons or firms interested in this proposal as principals are
named here and that no other persons or firms other than those mentioned herein have any interest
in this proposal or in the Contract to be entered into, if the award is made on us, that this proposal
is made without any connection with any other person, firm or party likewise submitting a
proposal is in all respects for and in good faith, without collusion or fraud.
Dated this __ day of _______20__

_____________________________________________________________________________________________________________________
Section I: Bid Forms Page 6 of 7
Thanking you, we remain,

Yours faithfully,

(Signature)…………………………..
(Printed Name)……………………...
(Designation)………………………..
(Common Seal)……………………...
Date:
Place:
Business Address:
Country of Incorporation:
(State or Province to be indicated)

Name of the Principal Officer:

Address of the Principal Officer:

* In para 5.1, Indian Bidder to strike-off this provision.


** In para 5.1, Foreign Bidder to strike-off this provision.
Note: Bidders may note that no prescribed proforma has been enclosed for:
(a) Attachment 2: Power of Attorney.
(b) Attachment 7: The details of Alternative Bid
(c) Attachment 8: Deleted
(c) Attachment 12: Unequivocal consent of the proposed Indian Associate for the purpose of
executing the 'Second Contract' and/or 'Third Contract' as an independent
Contractor (Applicable to Foreign Bidders).
(d) Attachment 13: Capacity and Experience of Proposed Indian Associate (Applicable to Foreign
Bidders).
(For Attachments 2, 7, 12 and 13, Bidders may use their own Performa for furnishing the required
information with the bid)

_____________________________________________________________________________________________________________________
Section I: Bid Forms Page 7 of 7
SECTION-II

ATTACHMENTS
ATTACHMENT - 1

Tender No. T19P070206

Turnkey package for

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of


220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power
House New Delhi (India) on Turnkey Basis.

(Bid Security Form)

Please Refer Volume I (Conditions of Contract), Section: Forms & Procedures


ATTACHMENT – 2

Tender No. T19P070206

Turnkey package for

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of


220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power
House New Delhi (India) on Turnkey Basis.

(Power of Attorney)

Please Refer Volume I (Conditions of Contract), Section : Forms & Procedures.

or

Bidders may use their own performa for furnishing the required information with bid.
ATTACHMENT-3

Turnkey package for:

DESIGN, ENGINEERING, MANUFACTURING, SUPPLY, ERECTION, TESTING &


COMMISSIONING OF 220/33 kV GIS SUB-STATION WITH COMPLETE CIVIL WORKS &
AUTOMATION AT RAJGHAT POWER HOUSE, DELHI (INDIA) ON TURNKEY BASIS.

(QUALIFYING REQUIREMENT (QR) DATA)

Bidder’s Name and Address: To: Delhi Transco Ltd.


Shakti Sadan, Kotla Road
New Delhi – 110002

In support of the Qualification Requirements (QR) for bidders, stipulated in Annexure-A, ITB
Section-II , Volume-I of the Bidding Documents, we furnish herewith our QR data/details along
with other information, as follows herewith, however, in case of any discrepancy the QR as given
in Annexure-A, ITB Section-II shall prevail.

I. We have submitted bid as Individual Firm*.

II. We have submitted bid as Joint Venture* of following firms:


Lead Partner: ……………………………………………….
Other Partners:……………………………………………….
:……………………………………………….
[*Strike off whoever is not applicable.)

We are furnishing the following details/document in support of Qualifying Requirement for the
subject package:

A. Attached copies of original documents defining :


a) The constitution or legal status;
b) The principal place of business;
c) The place of incorporation (for bidders who are corporations); or the place of
registration and the nationality of the Owners (for applicants who are partnerships or
individually-owned firms).
d) Joint Venture Agreement.

B. Attached original & copies of the following documents :


a) Written power of attorney of the signatory of the Bid to commit the bidder.

1.0 GENERAL INFORMATION

Qualification of Bidder will be based on meeting the minimum pass/fail criteria specified
below regarding, the Bidder’s Technical Experience and Financial Position as
demonstrated by the Bidder’s responses in the corresponding Bid Schedules. Technical
experience and financial resources of any proposed subcontractor shall not be taken into
account in determining the Bidder’s compliance with the qualifying criteria. The bid can
be submitted by an individual firm or a Joint Venture of two or more firms (specific
requirements for Joint Ventures are given under Sl. No.04 below).

Page 1 of 14
a. Bidder is required to provide general information as per the following format.
[Where the Bidder proposes to use named subcontractor(s) for critical components
of the works or for work contents in excess of ten (10) percent of the bid price, the
following information should also be supplied for the subcontractor(s)].

Sl. Particulars For Individual In case of Joint venture


No. Firm For Lead For Other For Other
Partner Partner-1 Partner - 2
1. Name of Firm

2. Head Office /
Registered Office
Address

3. Telephone

4. Fax

5. Contact Person

6. Place of
Incorporation/
Registration

7. Year of
Incorporation/
Registration

8. Nationality of
Owner(i)

9 Nationality of
Owner(ii)

10 Nationality of
Owner(iii)

b. The qualification and experience of key personnel, proposed for carrying out the
work;

Name of Person Professional Experience Designation


Qualification

Page 2 of 14
c. Litigation History: Information regarding any current litigation in which the bidder
is involved, the parties concerned and disputed amount; As per ITB, the
information is to be completed for individual bidder and each Partner of a Joint
venture

S. No. Name of Parties Cause of litigation and Disputed amount


concerned matter in dispute

2.0 TECHNICAL REQUIREMENTS


{Reference Clause 1.0 of Annexure-A, Section -ITB}

2.1 The Bidder must designed, manufactured, type tested (As per IEC or equivalent standard),
supplied, Erected & Commissioned (or supervised erection & commissioning) of at least
two (2) nos. GIS circuit breaker bays@ 220 kV or above voltage class in one (1) GIS
substation or Switchyard during last seven (7) years and these bays must be satisfactory
operational for at least two (2) years as on the originally scheduled date of bid
opening.

2.1.1 In case the Bidder is a Foreign Entity, following requirement shall be complied:-

i. If bidder is submitting bid as an Individual Firm or in a Joint Venture


without any Indian Entity as a Partner, bidder should, in its bid, propose an
Indian Associate for executing the On-shore Supply and On-Shore Services
Contract, as per the provisions of bidding documents. The proposed Indian
Associate should have erected, tested and commissioned at least two (2)
nos. GIS/AIS/Hybrid GIS Circuit Breaker equipped bays@ of 220 kV or
above voltage level in one (1) substation or switchyard during the last seven
(7) years and these bays must be in satisfactory operation as on the
originally scheduled date of bid opening.

Note: Foreign manufacturers should submit performance certificate from


an end user located in a country other than the country where the product
has been manufactured in support of satisfactory operation of the product
offered for more than two years.

ii. The Subsidiary or Group Company or a Joint Venture Company (JVC) of


the bidder shall have established manufacturing & testing facilities for 220
kV or above voltage level Gas insulated Switchgear (GIS) in India and

Page 3 of 14
should have manufactured from the said establishment of 220 kV or higher
voltage GIS Circuit Breaker bay as on the originally scheduled date of bid
opening. Supporting documents for the same must be enclosed along with
the bid.

2.2 In case, the Bidder is an Indian Entity not meeting the requirement stipulated in clause 1.1.
of Annexure-A, ITB Section-II , Volume-I of the Bidding Documents, but has established
manufacturing and testing facilities in India for 220 kV or above voltage level Gas
Insulated Switchgear (GIS) bidder shall also be considered, provided the bidder meets the
following requirements:

a) The bidder must have manufactured at least one (1) 220 kV or above voltage level
GIS Circuit Breaker bay@ based on the technological support of the Collaborator
(s) and the bidder either should have supplied or should have type tested the above
GIS bay @ as per IEC as on the originally scheduled date of bid opening.
Provided further that the collaborator(s) of the bidder meets qualifying requirements
as per clause 1.1. Mentioned in Annexure-A, ITB Section-II , Volume-I of the
Bidding Documents.

b) Further, the bidder shall also submit the following along with the bid:

i) A legally enforceable undertaking (jointly with the parent company


(Principals) or collaborator(s) or subsidiary company) to guarantee quality,
timely supply, performance and warranty obligations as specified for the
equipment(s)
ii) A confirmation letter from the Collaborator(s) stating that the Collaborator(s)
shall furnish performance guarantee for an amount of 10% of the ex-works
cost of such equipment(s). This performance guarantee shall be addition to
Contract Performance Guarantee to be submitted by the bidder.
iii) A valid collaboration agreement for technology transfer/license to design,
manufacture, test and supply 220kV or above voltage level GIS equipment in
India.

Note:-

1. (#) Satisfactory operation means certification issued by the Employer certifying the
operation without any adverse remark.
2. (@)For the purpose of qualifying requirement, one no. of circuit breaker shall be
considered as a bay used for controlling a line or a transformer or a reactor of a bus section
or a bus coupler and comprising or at least one circuit breaker, one disconnector and three
nos. of single phase CTs/Bushing CTs.
3. In case bidder is a holding company, the technical experience referred to in clause 1.1. and
1.2 of Annexure-A of Section-II ( ITB), Volume-I of the Bidding Documents as the case
may be shall be of that holding company only (i.e. excluding its subsidiary/group
companies). In case bidder is a subsidiary of a holding company, the technical experience
referred to in clause 1.1. and 1.2 of Annexure-A of Section-II ( ITB), Volume-I of the
Bidding Documents as the case may be shall be of that subsidiary company only (i.e.
excluding its holding company).

Page 4 of 14
2.3 Using the following format, each Bidder (individual firms or partners of a joint venture) is
requested to list the experience as detailed above, on the basis of which the Bidder wishes
to qualify. The information is to be summarized using following format for each
experience of the Bidder or of each Partner of a Joint Venture.
(The bidder shall attach documentary evidence, such as copies of utility certificates for
completed contracts and copies of award letters etc. for ongoing contracts in support of his
experience as listed in the following proforma for each Contract )

Format-A
Format for the Bidder/ Lead Partner/ Partners of JV in case of Joint Venture) in support of
meeting the requirement of Clause 1.1, Annexure-A, ITB Section-II , Volume-I of the Bidding
Documents)
S. No Description Details
1. Bidder’s Name
2. Single Firm/Lead Partner/Other Partners
of a JV
3. Name of Contract Undertaken
4. Contract Reference No. & Date of Award
5. Name and Address of the
Employer/Utility for whom the Contract
was executed by the firm/Partner of a JV:
Email:
Telephone:
Fax:
6. Voltage Level of GIS Substation or
Switchyard commissioned under the
Contract
(Indicate 220 kV or above Voltage class)
a) No. of Circuit Breaker equipped bays
under the contract
(Indicate nos. of GIS Circuit
Breaker equipped bays of 220 kV or
above voltage level)
b) Name of the substation or switchyard
c) No. of years, the above Substation /
switchyard has been in Satisfactory
operational as on originally
scheduled date of bid opening.
d) Scope of work involved under the i.Design
Contract: ii.Manufactured
(Strike off whichever is Not iii.Type Tested (IEC or Equivalent Standard)
Applicable) iv.Supplied
v.Erected
vi.Commissioned
vii.Supervised Erection and Commissioning
e) Has the Contract under reference
been executed as a Prime Contractor
?

Page 5 of 14
Format-A
Format for the Bidder/ Lead Partner/ Partners of JV in case of Joint Venture) in support of
meeting the requirement of Clause 1.1, Annexure-A, ITB Section-II , Volume-I of the Bidding
Documents)
S. No Description Details
7. Details of documents submitted along
with the bid in support of the above stated
experience.
8. In case of Foreign Entity, whether the (Submit the relevant details, if applicable)
Subsidiary or Group Company or a Joint
Venture Company (JVC) of the bidder
have manufacturing & testing facilities for
220 kV or above voltage level Gas
insulated Switchgear (GIS) in India.
9. Whether bidder has furnished
undertakings as per enclosed Annexures
specified in Cl. 1.1.1 (ii) B of the
Qualifying Requirement..

Format-B
Format for the Indian Associate executing the On-Shore Supply and On-Shore Services
Contract for a Foreign Entity submitting its bid as an Individual Firm or in a Joint Venture
without any Indian Entity as a Partner, in support of meeting the requirement of Clause 1.1.1
of Annexure-A, ITB Section-II , Volume-I of the Bidding Documents)
S. No Description Details
1. Name of the Indian Associate executing
the On-Shore Supply and On-
Shore Services Contract
2. Name of Contract Undertaken
3. Contract Reference No. & Date of Award
4. Name and Address of the
Employer/Utility for whom the Contract
was executed by the bidder:
Email:
Telephone:
Fax:
5. Voltage Level of GIS/AIS/Hybrid GIS
Substation or Switchyard commissioned
under the Contract
(Indicate 220 kV or above Voltage class)
a) No. of GIS/AIS/Hybrid GIS Circuit
Breaker equipped bays under the
contract
(Indicate nos. of GIS/AIS/Hybrid GIS
Circuit Breaker equipped bays of
220kV or above voltage level in one
(1) substation or switchyard during
last 7 yrs)
b) Name of the substation or switchyard
c) No. of years, the above Substation
has been in Satisfactory operation as

Page 6 of 14
Format-B
Format for the Indian Associate executing the On-Shore Supply and On-Shore Services
Contract for a Foreign Entity submitting its bid as an Individual Firm or in a Joint Venture
without any Indian Entity as a Partner, in support of meeting the requirement of Clause 1.1.1
of Annexure-A, ITB Section-II , Volume-I of the Bidding Documents)
S. No Description Details
on the originally scheduled date of
bid opening.
d) Scope of work involved under the i.Erected
Contract: ii.Tested
(Strike off whichever is Not iii.Commissioned
Applicable)
6. Details of documents submitted along
with the bid in support of the above stated
experience.

Format-C
Format for the Indian Entity in support of meeting the requirement of Clause 1.2 of Annexure-
A, ITB Section-II , Volume-I of the Bidding Documents)
S. No Description Details
1. Name of the Indian Entity not meeting the
requirement stipulated in clause 1.1 of
Annexure-A, ITB Section-II , Volume-I,
but has established manufacturing and
testing facilities in India for 220 kV or
above voltage level Gas Insulated
Switchgear (GIS):
2. Name of Contract Undertaken
3. Contract Reference No. & Date of Award
4. Name and Address of the
Employer/Utility for whom the Contract
was executed by the bidder:
Email:
Telephone:
Fax:
5. Voltage Level of GIS Circuit Breaker Bay
Manufactured under the Contract
(Indicate 220 kV or above Voltage class)
a) No. of GIS Circuit Breaker equipped
bays manufactured.
(Indicate nos. of GIS Circuit Breaker
equipped bays of 220kV or above
voltage level)
b) Whether the above Circuit Breaker
Bays have been supplied as on the
originally scheduled date of bid
opening.
c) Whether the above Circuit Breaker
Bays have been Type Tested as per
IEC as on the originally scheduled
date of bid opening.

Page 7 of 14
Format-C
Format for the Indian Entity in support of meeting the requirement of Clause 1.2 of Annexure-
A, ITB Section-II , Volume-I of the Bidding Documents)
S. No Description Details
d) Whether 220kV or above voltage
level GIS Circuit breaker bays, as
mentioned above, has been
manufactured based on technological
support of the Collaborator under the
Contract.
e) If Yes, indicate the name of the
Collaborator(s)
6. Details of documents submitted along
with the bid in support of the above stated
experience.

Format-D
Format for Collaborator of Indian Entity in support of meeting the requirement of Clause 1.2
of Annexure-A, ITB Section-II , Volume-I of the Bidding Documents)
S. No Description Details
1. Name of the Collaborator, if applicable
2. Name of Contract Undertaken
3. Contract Reference No. & Date of Award
4. Name and Address of the
Employer/Utility for whom the Contract
was executed by the firm/Partner of a JV:
Email:
Telephone:
Fax:
5. Voltage Level of GIS Substation or
Switchyard commissioned under the
Contract:
(Indicate 220 kV or above Voltage class)
a) No. of Circuit Breaker equipped bays
under the contract
(Indicate nos. of GIS Circuit
Breaker equipped bays of 220 kV or
above voltage level)
b) Name of the substation or switchyard
c) No. of years, the above Substation or
switchyard has been in Satisfactory
operational as on the originally
scheduled date of bid opening.
d) Scope of work involved under the i. Design
Contract as per IEC: ii. Manufactured
(Strike off whichever is Not iii. Type Tested (IEC)
Applicable) iv. Supplied
v. Erected
vi. Commissioned
vii. Supervised Erection and Commissioning
6. Whether a legally enforceable undertaking
(jointly with the parent company

Page 8 of 14
Format-D
Format for Collaborator of Indian Entity in support of meeting the requirement of Clause 1.2
of Annexure-A, ITB Section-II , Volume-I of the Bidding Documents)
S. No Description Details
(Principals) or collaborator(s) or
subsidiary company) to guarantee quality,
timely supply, performance and warranty
obligations as specified for the
equipment(s) has been enclosed with bid
(in line with para 1.1 of Annexure-A, ITB
Section-II ?
7. Whether confirmation letter from the
Collaborator(s) stating that the
Collaborator(s) shall furnish performance
guarantee for an amount of 10% of the ex-
works cost of such equipment(s) has been
enclosed with bid?
(in line with para 1.2 of Annexure-A, ITB
Section-II
8. Whether valid collaboration agreement for
technology transfer / license to design,
manufacture, test and supply 220kV or
above voltage level GIS equipment in
India has been enclosed with bid ?(in line
with para 1.2 of Annexure-A, ITB
Section-II
9. Details of documents submitted along
with the bid in support of the above stated
experience.

3.0 FINANCIAL POSITION


For the purpose of this particular bid, bidders shall meet the following minimum criteria:

a) Net Worth* for last 3 financial years should be positive


b) Minimum Average Annual Turnover (MAAT) of the bidder for the best three years
out of last five financial years as annualized should be not less than INR
78,73,62,148 /-

#Note: Annual total income as incorporated in the profit & loss account except non-
recurring income e.g. sale of fixed assets.

c) Bidder shall have Liquid Assets (LA) and/or evidence of access to or availability of
credit facilities of not less than INR 13,12,27,025/-

Note: In case completion period is less than one (1) year, the denominator to calculate
MAAT and LA shall be considered as one (1) and twelve (12) respectively.

Page 9 of 14
In case bidder is a holding company, the Financial Position criteria referred to in clause 2.0
of Annexure-A, ITB Section-II , Volume-I of the Bidding Documents shall be that of
holding company only (i.e. excluding its subsidiary/group companies). In case bidder is a
subsidiary of a holding company, the Financial Position criteria referred to in clause 2.0 of
Annexure-A, ITB Section-II , Volume-I of the Bidding Documents shall be that of
subsidiary company only i.e. (excluding its holding company).

*In case bidder has established manufacturing facility in India and yet to complete three
(3) financial years, the Net Worth and average of the turnover as per financial statement
for completed financial years shall be considered for the purpose of compliance to the
specified Net Worth and MAAT requirements.

Format E
Data in support of meeting the Financial Position as per Clause 2.0 (a) Annexure-A,
ITB Section-II , Volume-I of the Bidding Documents)
Name of the Bidder:
S. Financial Net worth Details of
No. Year Net worth Equivalent Exchange documentary
(in Millions) US$ Rate* evidence submitted
Currency (in Millions) in support of
Qualification Data

*(Indicate the rate(s) of exchange against US Dollar at the end of each year, which have
been used for arriving the amount at equivalent US Dollar.)

Format F
Data in support of meeting the Financial Position as per Clause 2.0 (b) Annexure-A,
ITB Section-II , Volume-I of the Bidding Documents)
Name of the Bidder:
S. Financial Turnover Details Details of
No. Year Turnover Equivalent Exchange documentary
(in Millions) US$ Rate* evidence submitted
Currency (in Millions) in support of
Qualification Data

Average Annual Turnover for best Three Years is:


*(Indicate the rate(s) of exchange against US Dollar at the end of each year, which have
been used for arriving the amount at equivalent US Dollar.)

Page 10 of 14
Format G
Data in support of meeting the Financial Position as per Clause 2.0 (c) Annexure-A,
ITB Section-II , Volume-I of the Bidding Documents)
Name of the Bidder:
Description Currency LA Equivalent US$
(in Millions)
Details of evidence of
having Liquid assets (LA)
OR
Details of evidence of access
to or availability of credit
facilities

4.0 JOINT VENTURE BIDS

In case a bid is submitted by a Joint Venture (JV) of two or more firms as partners, the JV
shall meet collectively the complete requirements mentioned at clause no. 1.0 and 2.0 (b) &
(c) above. Further, the partners of Joint Venture shall meet the following requirements:-

a) All the partners of the JV shall meet individually the Financial Position criteria given at
2.0 (a)
b) The lead partner shall meet not less than 40% of the Financial Position minimum criteria
given at clause 2.0 (b) & (C)
c) Each of the other partner(s) individually shall meet not less than 25% of the minimum
Financial Position criteria given at clause 2.0 (b) & (c)
The figure of average annual turnover and liquid assets/credit facilities for each of the
partners of the JV shall be added together to determine the JV’s compliance with the
minimum qualifying criteria set out in clause 2.0 (b) & (c).

For a JV to be qualified, the partners(s) of JV must meet the technical experience criteria
as per clause 1.1 or 1.2
Or
Must have experience for erection, testing and commissioning of at least, one (1) or more
GIS substations(s) having at least four (4) or more Circuit Breaker equipped GIS bays@ of
220 kV or above voltage level during the last seven years in India and these bays@ must
be in satisfactory operation at least for two years as on the originally schedule date of bid
opening.

However, the lead Partner of JV must meet the technical experience criteria as per clause
1.1 or 1.2

The information as per Format A to Format G for cl. 3.0 Annexure-A, ITB Section-II
, Volume-I of the Bidding Documents) is to be provided in respect of all partners
(Lead Partner and Other Partners) of Joint venture/consortium Bidder. Use a
separate sheet in each case.

Page 11 of 14
5.0 Financial & Capacity Requirements: Refer Cl. 4.0 of, Annexure-A, ITB Section-II

(A) Details of Banker:

Name of Banker

Address of Banker

Telephone No.
Contact Name and Title

Fax No.

E-mail ID

(B) Certificate of Fund Based and Non Fund Based Limits sanctioned to the bidder and
extent of utilization as on date issued by the banker:

S. No. Name of Bank Date of Issue of Certificate

(C) The monthly cash flow projection for execution of the contract having regard to
implementation schedule along with proposed means to meet funding gap in each
month, if any, is given below :-
Month Anticipated Cash Source Funding Proposed means to
S. No Flow Gap meet the funding
gap
1)
2)
3)
4)
5)
6)
7)
8)
9)
10)
11)
12)
13)
14)
15)
16)

Page 12 of 14
Month Anticipated Cash Source Funding Proposed means to
S. No Flow Gap meet the funding
gap
17)
18)

(D) Annual Report, summarized actual Assets And Liabilities in Indian Rupees or
equivalent (at the rates of exchange current at the end of each year to be indicated)
for the last five years and, Based upon known commitments, summarized projected
assets and liabilities in Indian Rupees equivalent for the next three years.

Financial Information Details for last five years preceding


in Indian Rupees to the date of Bid Opening

1st 2nd 3rd 4th 5th


Year Year Year Year Year
1. Total Assets
2. Current Assets
3. Total Liabilities
4.Current Liabilities
5.Profit before Taxes
6. Profit after Taxes

(* Indicate the rate of exchange used in calculating the equivalent Indian Rupees amount)

E. Audited Balance Sheet and Income Statements for the last five years (for the
individual bidder or each partner of a Joint venture/consortium), as stated below
are attached:

Years preceding to the Audited Balance Sheet and Income Statements


bid opening enclosed
1st Year Yes No
2nd Year Yes No
3rd Year Yes No
4th Year Yes No
5th Year Yes No

6.0 General Requirements

i. The bidder shall furnish documentary evidence in support of the qualifying


requirement stipulated as above along with the bid.

ii. All the Bidders shall submit the proof of work executed by them along with the
Performance Certificates in support of their qualification.

Page 13 of 14
iii. The bidder shall have a project manager with 15 years experience in executing such
contract of comparable nature including not less than five years as manager.

iv. The bidder should have adequate after sales support facility and shall ensure
availability of technical support in India so as to attend warrantee provisions under
this contract.

v. For the purpose of qualifying requirement, one no. of circuit breaker bay shall be
considered as a bay, used for controlling a line or a transformer or a bus coupler
and comprising of at least one circuit breaker, two disconnectors and three nos. of
single phase CTs/ Bushing CTs.

vi. A Bidder shall submit only one bid in the same tendering process, either
individually as bidder or as a partner of a Joint Venture. A bidder who submits or
participates in more than one bid will cause all of the proposals in which the bidder
has participated to be disqualified. No bidder can be a sub-contractor while
submitting a bid individually or as a partner of a Joint Venture in the same bidding
process.

Date :………………….. Signature ………………………….

Place :…………………. (Printed Name) ……………………

(Designation) ………………………

(Common Seal) …………………….

Page 14 of 14
ATTACHMENT-4

Tender No. T19P070206

Turnkey package for

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of


220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power
House New Delhi (India) on Turnkey Basis.

(Form of Certificate of Origin and Eligibility)

Bidder’s Name and Address: To : Delhi Transco Ltd.


Shakti Sadan, Kotla Road
New Delhi – 110002

We hereby certify that equipment and materials to be supplied are produced in _an
eligible source country………(name of country)…………..

We hereby certify that our company is incorporated and registered in an eligible source
country………(name of country)…………...

Date:...

(Signature) .…………...

Place:...

(Printed Name) .…………...

(Designation) .…………...
(Common Seal) .…………...

_______________________________________________________________________________________________________
Attachment 4 (Vol.-III) Page 1 of 1
ATTACHMENT-4A

Tender No. T19P070206

Turnkey package for

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of


220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power
House New Delhi (India) on Turnkey Basis.

(List of Special Maintenance Tools & Tackles)

Bidder’s Name and Address: To : Delhi Transco Ltd.


Shakti Sadan, Kotla Road
New Delhi – 110002

Dear Sir,

We are furnishing below the list of special maintenance tools & tackles for various equipment
under the subject package. The prices for these tools & tackles are already included in the
lump sum bid price. We further confirm that the list of special maintenance tools & tackles
includes all the items specifically identified in your bidding documents as brought out below:

(a)

(b)

Notwithstanding what is stated above, we further confirm that any additional special
maintenance tools and tackles, required for the equipment under this package shall be
furnished by us at no extra cost to the employer.

S.No. For Equipment Item Description Unit Quantity

Date:...
(Signature)....……………….…...……..
Place:...
(Printed Name)....……...………………..

(Designation)....……...................……..

(Common Seal)……...…………………

__________________________________________________________________________________________________________________
Attachment 4A (Vol.-III) Page 1 of 1
ATTACHMENT-5

Tender No. T19P070206

Turnkey package for

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of


220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power
House New Delhi (India) on Turnkey Basis.

Bidder’s Name and Address: To : Delhi Transco Ltd.


Shakti Sadan, Kotla Road
New Delhi – 110002

Dear Sirs,

We hereby furnish the details of the items/ sub-assemblies, we propose to buy for the
purpose of furnishing and installation of the subject Package:

Sl Item Description Quantity Detail of the proposed sub


No proposed to be contractor/sub vendor
bought/sub Name Nationality
contracted
1
2
3
4
5
6
7
8
9

Date:...
(Signature) …………...
Place:...
(Printed Name) …………...

(Designation) .…………...

(Common Seal) …………...

______________________________________________________________________________________________________________
Attachment 5 (Vol.-III) Page 1 of 1
ATTACHMENT-6

Tender No. T19P070206

Turnkey package for

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of 220/33 kV


GIS Sub-Station with complete civil works & automation at Rajghat Power House New Delhi
(India) on Turnkey Basis.

(Deviations)

Bidder’s Name and Address: To : Delhi Transco Ltd.


Shakti Sadan, Kotla Road
New Delhi – 110002

The bidder shall itemise any deviation from the Specifications included in his bid. Each item shall be
listed (separate sheets may be used and enclosed with this Attachment) with the following information:

Sl No Reference Clause in Deviation Reason for The change in Bid price if the deviation
the specification change is withdrawn and bidder conforms to the
specification

Any proposed deviation will be applicable only for the bidder whose bid is
substantially responsive in accordance with clause 21, Section ITB, Vol. I of the bidding documents. If
a bid is not substantially responsive, it will be rejected and may not subsequently be made responsive
by the bidder by correction of the non conformity.

Date:...
(Signature)....……...……..
Place:...
(Printed Name)....……...……..

(Designation)....……...……..

(Common Seal) .……...……..

______________________________________________________________________________________________________________
Attachment 6 (Vol.-III) Page 1 of 1
ATTACHMENT-6A

Tender No. T19P070206

Turnkey package for

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of 220/33 kV GIS
Sub-Station with complete civil works & automation at Rajghat Power House New Delhi (India) on
Turnkey Basis.

(Cost of withdrawal of deviations from critical provisions as per ITB clause 21.4.1)

Bidder’s Name and Address: To: Delhi Transco Ltd.


Shakti Sadan, Kotla Road
New Delhi – 110002

Dear Sir,

Following are the deviations proposed by us to critical provisions relating to clauses listed in
ITB clause 21.4.1. We are also furnishing below the cost of withdrawal for the deviations
proposed by us. We confirm that we shall withdraw the deviations proposed by us at the cost of
withdrawal indicated in this Attachment, failing which our bid may be rejected and Bid security
forfeited.

S. No. Clause Deviation Cost of


No. withdrawal

Date:...
(Signature)....……...……..
Place:...
(Printed Name)....……...……..

(Designation)....……...……..

(Common Seal).……...……..

Note: Bidder may note that bids containing deviations without the cost of withdrawal shall be
rejected.
________________________________________________________________________________________________________________
Attachment 6A (Vol.-III) Page 1 of 1
ATTACHMENT-9

Tender No. T19P070206

Turnkey package for

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of 220/33 kV GIS
Sub-Station with complete civil works & automation at Rajghat Power House New Delhi (India) on
Turnkey Basis.

(Work Completion Schedule)

Bidder’s Name and Address: To : Delhi Transco Ltd.


Shakti Sadan, Kotla Road
New Delhi – 110002

Dear Sirs,

We hereby declare that the following Work Completion Schedule shall be followed by us in
furnishing and installation of the complete subject Package for the period commencing from the
effective date of Contract to us:

S. No. Description Work Period in months from the


effective date of Contract
Completion of detailed Engineering
and drawing submission
1 a) commencement
b)completion

Procurement of equipment/
components & assembly
2 a) commencement
b)completion

Manufacturing
a) commencement
3
b)completion

Type Tests
a) commencement
4
b)completion

Shipments & Delivery


a) commencement
5
b)completion

Establishment of site office


6
Erection
a) commencement
7
b)completion

_______________________________________________________________________________________________________________________
Attachment 9 (Vol.-III) Page 1 of 2
Testing & Commissioning
a) commencement
8
b)completion

Commissioning
9
Taking Over
10

Date:...
(Signature)....……………….…...……..
Place:...
(Printed Name)....……...………………..

(Designation)....……...................……..

(Common Seal)……...…………………

Note: Bidders to enclose a detailed network covering all the activities to be undertaken for
completion of the project indicating key dates for various
milestones for each phase constituent-wise.

_______________________________________________________________________________________________________________________
Attachment 9 (Vol.-III) Page 2 of 2
ATTACHMENT-10

Tender No. T19P070206

Turnkey package for

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of 220/33


kV GIS Sub-Station with complete civil works & automation at Rajghat Power House New
Delhi (India) on Turnkey Basis.

(Guarantee Declaration)

Bidder’s Name and Address: To : Delhi Transco Ltd.


Shakti Sadan, Kotla Road
New Delhi – 110002
Dear Sirs,

We declare that the ratings and performance figures of 1 No. 400KVA, 11/0.433 kV Auxiliary
three phase LT Transformer furnished by us for subject Package covered under this specification
are guaranteed. We further declare that in the event of any deficiencies in meeting the guarantees
in respect of the characteristics mentioned below as established after conducting the factory test,
you may at your discretion, reject or accept the equipment after assessing the liquidated damages
as specified in the relevant clauses of Bid document.

Equipment Guaranteed Losses at rated output (kW) per unit


Copper Loss at Iron loss at rated Cooler loss at rated
750C voltage and voltage and frequency
frequency

400kVA Auxiliary LT
Transformer (170kVp,
BIL)
400kVA Auxiliary LT
Transformer (75kVp,
BIL)

Date:...
(Signature)....……………….…...……..
Place:...
(Printed Name)....……...………………..

(Designation)....……...................……..

(Common Seal)……...…………………

_______________________________________________________________________________________________________________
Attachment 10 (Vol.-III) Page 1 of 1
ATTACHMENT-11

Tender No. T19P070206

Turnkey package for

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of 220/33 kV


GIS Sub-Station with complete civil works & automation at Rajghat Power House New Delhi
(India) on Turnkey Basis.

(Information regarding Ex-employees of DTL in our Organization)

Bidder’s Name and Address: To : Delhi Transco Ltd.


Shakti Sadan, Kotla Road
New Delhi – 110002

Dear Sirs,

We hereby furnish the details of ex-employees of DTL who had retired/ resigned at the level of
General Manager and above from DTL and subsequently have been employed by us:

Sl. Name of person with Date of retirement Date of joining and resignation in our
No designation in DTL /resignation from organization
DTL

Date:...
(Signature)....……………….…...……..
Place:...
(Printed Name)....……...………………..

(Designation)....……...................……..

(Common Seal)……...…………………

Note: The information in similar format should be furnished for each partner of joint venture in
case of joint venture bid.

________________________________________________________________________________________________________________
Attachment 11 (Vol.-III) Page 1 of 1
ATTACHMENT-14

Tender No. T19P070206

Turnkey package for

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of


220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power
House New Delhi (India) on Turnkey Basis.

INTEGRITY PACT

Between

Delhi Transco Limited

having its Registered Office at Shakti Sadan, Kotla Road, New Delhi -110 002

hereinafter referred to as

“DTL”

and

(Insert the name of the Sole Bidder/Lead Partner of Joint Venture)

having its Registered Office at ________________________________________________________


(Insert full Address)
_________________________________________________________________________________

and
_________________________________________________________________________________
(Insert the name of the Partner(s) of Joint Venture/agent, as applicable)

having its Registered Office at __________________________________________________


(Insert full Address)
___________________________________________________________________________
hereinafter referred to as

“The Bidder/Contractor”

Preamble
DTL intends to award, under laid-down organisation procedures, contract(s) for
_________________________________________________________________________ Package

(Signature)_____________________________ (Signature) _______________________

(For & On behalf of DTL) (For & On behalf of Bidder/Partner(s) of


Joint Venture/Contractor)
(Office Seal) (Office Seal)

Integrity Pact 1
(Insert the name of the package)

and Specification Number _________________________DTL values full compliance with all relevant
(Insert Specification Number of the Package)
laws and regulations, and the principles of economical use of resources, and of fairness and
transparency in its relations with its Bidders/Contractors.

In order to achieve these goals, DTL and the above named Bidder/Contractor enter into this
agreement called ‘Integrity Pact’ which will form a part of the bid.
It is hereby agreed by and between the parties as under:-

Section I – Commitments of DTL

(1) DTL commits itself to take all measures necessary to prevent corruption and to observe the
following principles:

(a) No employee of DTL, personally or through family members or relative(s), will in


connection with the tender, or the execution of the contract, demand, take a promise
for or accept, for him/herself or third person, any material or other benefit which he/she
is not legally entitled to.

(b) DTL will, during the tender process treat all Bidder(s) with equity and fairness. DTL will in
particular, before and during the tender process, provide to all Bidder(s) the same
information and will not provide to any Bidder(s) confidential/additional information
through which the Bidder(s) could obtain an advantage in relation to the tender process
or for the execution of contract.

(c) DTL will exclude form evaluation of Bids its such employee(s) who has any personnel
interest in the Companies/Agencies participating in the Bidding/Tendering process.

The action stipulated in this Integrity Pact is without prejudice to any other Legal action
that may follow in accordance with the provisions of the relevant law in force relating to
any civil or criminal proceedings.

(2) If Managing Director obtains information on the conduct of any employee of DTL which is a
criminal offence under the relevant Anti-Corruption Laws of India or illegal under the Indian
Contract Act or Indian Laws, or if there be a substantive suspicion in this regard, he will
inform its Chief Vigilance Officer and in addition can initiate disciplinary actions under its
Rules.

(Signature)_____________________________ (Signature) _______________________

(For & On behalf of DTL) (For & On behalf of Bidder/Partner(s) of


Joint Venture/Contractor)
(Office Seal) (Office Seal)

Integrity Pact 2
Section II – Commitments of the Bidder/Contractor

(1) The Bidder/Contractor commits himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.

(a) The Bidder/Contractor will not, directly or through any other person or firm, offer,
promise or give to DTL, or to any of DTL’s employees involved in the tender process
or the execution of the contract or to any third person any material or other benefit
which he/she is not legally entitled to, in order to obtain in exchange an advantage
during the tender process or the execution of the contract.

(b) The Bidder/Contractor will not enter into any illegal agreement or understanding,
whether formal or informal with other Bidders/Contractors. This applies in particular
to prices, specifications, certifications, subsidiary contracts, submission or non-
submission of bids or actions to restrict competitiveness or to introduce cartelization
in the bidding process.

(c) The Bidder/Contractor will not commit any criminal offence under the relevant Anti-
Corruption Laws of India, further, the Bidder/Contractor will not use for illegitimate
purposes or for purposes of restrictive competition or personal gain, or pass on to
others, any information provided by DTL as part of the business relationship,
regarding plans, technical proposals and business details, including information of
any type contained or transmitted electronically.

(d) The Bidder/Contractor of foreign origin shall disclose the name and address of the
Agents/representatives in India, if any, involved directly or indirectly in the Bidding.
Similarly, the Bidder/Contractor of Indian Nationality shall furnish the name and
address of the foreign principals, if any, involved directly or indirectly in the bidding.

(e) The Bidder/Contractor will, when presenting his bid, disclose any and all payments
he has made, or committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract and/or with the
execution of the contract.

(f) The Bidder/Contractor will not misrepresent facts or furnish false/forged


documents/information in order to influence the bidding process or the execution of
the contract to the detriment of DTL.

(Signature)_____________________________ (Signature) _______________________

(For & On behalf of DTL) (For & On behalf of Bidder/Partner(s) of


Joint Venture/Contractor)
(Office Seal) (Office Seal)

Integrity Pact 3
(2) The Bidder/Contractor will not instigate third persons to commit offences outlined
above or be an accessory to such offences.

Section III – Disqualification from tender process and exclusion from future contracts

(1) If the bidder, before contract award, has committed a serious transgression through
a violation of Section II or in any other form such as to put his reliability or credibility
as Bidder into question, DTL may disqualify the Bidder from the tender process or
terminate the contract, if already signed, for such reason.

(2) If the Bidder/Contractor has committed a serious transgression through a violation


of Section II such as to put his reliability or credibility into question, DTL may after
following due procedures also exclude the Bidder/Contractor from future contract
award processes. The imposition and duration of the exclusion will be determined
by the severity of the transgression. The severity will be determined by the
circumstances of the case, in particular the number of transgressions, the position of
the transgressors within the company hierarchy of the Bidder/Contractor and the
amount of the damage. The exclusion will be imposed for a minimum of 12 months
and maximum of 3 years and it has to be decided by the Competent authority.

(3) If the Bidder/Contractor can prove that he has restored/Recouped the damage
caused by him and has installed a suitable corruption prevention system, DTL may
revoke the exclusion prematurely with the approval of Competent Authority.

Section IV – Liability for violation of Integrity Pact

(1) If DTL has disqualified the Bidder from the tender process prior to the award under
Section III, DTL may forfeit the Bank Guarantee under the Bid.

(2) If DTL has terminated the contract under Section III, DTL may forfeit the Contract
Performance Guarantee of this contract besides resorting to other remedies under
the contract.

Section V – Previous Transgression

(1) The Bidder shall declare in his Bid that no previous transgressions occurred in the
last 3 years with any other Public Sector Undertaking or Government Department
that could justify his exclusion from the tender process.

(2) If the bidder makes incorrect statement on this subject, he can be disqualified from
the tender process or the contract, if already awarded, can be terminated for such
reason.

Section VI – Equal treatment to all Bidders/Contractors


(Signature)_____________________________ (Signature) _______________________

(For & On behalf of DTL) (For & On behalf of Bidder/Partner(s) of


Joint Venture/Contractor)
(Office Seal) (Office Seal)

Integrity Pact 4
(1) DTL will enter into agreements with identical conditions as this one with all Bidders.

(2) DTL will disqualify from the tender process any bidder who does not sign this Pact or
violate its provisions.

Section VII – Punitive Action against violating Bidders/Contractors

If DTL obtains knowledge of conduct of a Bidder or a Contractor or his subcontractor or of an


employee or a representative or an associate of a Bidder or Contractor or his Subcontractor
which constitutes corruption, or if DTL has substantive suspicion in this regard, DTL will
inform the Chief Vigilance Officer (CVO).

(*)Section VIII – Independent External Monitor/Monitors

(1) DTL has appointed a panel of Independent External Monitors (IEMs) for this Pact
with the approval of Central Vigilance Commission (CVC), Government of India, out
of which one of the IEMs has been indicated in the NIT/IFB.

(2) The IEM is to review independently and objectively, whether and to what extent the
parties comply with the obligations under this agreement. He has right of access to
all project documentation. The IEM may examine any complaint received by him and
submit a report to Managing Director, DTL at the earliest. He may also submit a
report directly to the CVO and the CVC, in case of suspicion of serious irregularities
attracting the provisions of the PC Act. However, for ensuring the desired
transparency and objectivity in dealing with the complaints arising out of any
tendering process, the matter shall be referred to the full panel of IEMs, who would
examine the records, conduct the investigations and submit report to Managing
Director, DTL, giving joint findings.

(3) The IEM is not subject to instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Managing
Director, DTL.

(4) The Bidder(s)/Contractor(s) accepts that the IEM has the right to access without
restriction to all documentation of DTL related to this contract including that
provided by the Contractor/Bidder. The Bidder/Contractor will also grant the IEM,
upon his request and demonstration of a valid interest, unrestricted and
unconditional access to his documentation. The same is applicable to
Subcontractors. The IEM is under contractual obligation to treat the information and
documents of the Bidder(s)/Contractor(s)/Sub-Contractor(s) with confidentiality.

(5) DTL will provide to the IEM information as sought by him which could have an
impact on the contractual relations between DTL and the Bidder/Contractor related
to this contract.

(Signature)_____________________________ (Signature) _______________________

(For & On behalf of DTL) (For & On behalf of Bidder/Partner(s) of


Joint Venture/Contractor)
(Office Seal) (Office Seal)

Integrity Pact 5
(6) As soon as the IEM notices, or believes to notice, a violation of this agreement, he will
so inform the Managing director, DTL and request the Managing Director, DTL to
discontinue or take corrective action, or to take other relevant action. The IEM can in
this regard submit non-binding recommendations. Beyond this, the IEM has no right
to demand from the parties that they act in a specific manner, refrain from action or
tolerate action. However, the IEM shall give an opportunity to DTL and the
Bidder/Contractor, as deemed fit, to present its case before making its
recommendations to DTL.

(7 ) The IEM will submit a written report to the Managing Director, DTL within 8 to 10
weeks from the date of reference or intimation to him by DTL and should the occasion
arise, submit proposals for correcting problematic situations.

(8) If the IEM has reported to the Managing Director, DTL a substantiated suspicion of an
offence under relevant Anti-Corruption Laws of India, and the Managing Director, DTL
has not, within the reasonable time taken visible action to proceed against such
offence or reported it to the CVO, the Monitor may also transmit this information
directly to the CVC, Government of India.

(9) The word ‘IEM’ would include both singular and plural.

(*) This Section shall be applicable for only those packages wherein the IEMs have
been identified in Section – I: Invitation for Bids and/or Clause 9 in Section –III :
Conditions of Contract, Volume-I of the bidding documents.

Section IX – Pact Duration

This Pact begins when both parties have legally signed it. It expires for the
Contractor after the closure of the contract and for all other Bidder’s six month after
the contract has been awarded.

Section X – Other Provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is
the establishment of DTL. The Arbitration clause provided in the main tender
document/contract shall not be applicable for any issue/dispute arising under
Integrity Pact.

(2) Changes and supplements as well as termination notices need to be made in


writing.

(3) If the Contractor is a partnership firm or a consortium or Joint Venture, this


agreement must be signed by all partners, consortium members and Joint
Venture partners.

(Signature)_____________________________ (Signature) _______________________

(For & On behalf of DTL) (For & On behalf of Bidder/Partner(s) of


Joint Venture/Contractor)
(Office Seal) (Office Seal)

Integrity Pact 6
(4) Nothing in this agreement shall affect the right of the parties available under the
General conditions of Contract (CC/GCC) and Special Conditions of Contract
(SCC).

(5) Views expressed or suggestions/submissions made by the parties and the


recommendations of the CVO/IEM# in respect of the violation of this agreement,
shall not be relied on or introduced as evidence in the arbitral or judicial
proceedings (arising out of the arbitral proceedings) by the parties in connection
with the disputes/differences arising out of the subject contract.

# CVO shall be applicable for packages wherein IEM are not identified in Section
IFB/BDS of Condition of Contract, Volume-I. IEM shall be applicable for packages
wherein IEM are identified in Section IFB/BDS of Condition of Contract. Volume-I

(6) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
come to an agreement to their original intentions.

(Signature)_____________________________ (Signature) _______________________

(For & On behalf of DTL) (For & On behalf of Bidder/Partner(s) of


Joint Venture/Contractor)

(Office Seal) (Office Seal)

Name :______________________ Name : _______________________

Designation: _________________ Designation: ___________________

Witness 1 :___________________ Witness 1 :____________________

(Name & Address)_____________ (Name & Address)_______________

____________________________ ______________________________

____________________________ ______________________________

Witness 2 :__________________ Witness 2 :____________________

(Name & Address)_____________ (Name & Address)_______________

____________________________ ______________________________

____________________________ ______________________________

(Signature)_____________________________ (Signature) _______________________

(For & On behalf of DTL) (For & On behalf of Bidder/Partner(s) of


Joint Venture/Contractor)
(Office Seal) (Office Seal)

Integrity Pact 7
ATTACHMENT-15

Turnkey package for

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of 220/33


kV GIS Sub-Station with complete civil works & automation at Rajghat Power House New
Delhi (India) on Turnkey Basis.

Checklist (To be filled by Bidder)

Particulars
Bid Validity Whether Bid is valid for a period of 180 days as stipulated in ITB Yes/No
from the date of bid opening.
Bid Security Whether Bid security amount and form as stipulated in ITB Yes/No
amount submitted.
Bid Security Whether bid security is valid for a period as stipulated in ITB. Yes/No
Validity
Part-I Techno-commercial Bid
a) Whether Bid form duly completed, signed and submitted. Yes/No
b) Whether following Attachments submitted: Yes/No
c) Attachment 1 –“Bid security”. Yes/No
d) Attachment 2: “Power of Attorney”. Yes/No
e) Attachment 3: “Bidder’s (All members of Joint Venture) Eligibility Yes/No
and qualifications”.
f) Attachment 4 & 4 A: “Eligibility & conformity of the Facilities”. Yes/No
g) Attachment 5: “Details of sub-contractors as proposed”. Yes/No
h) Attachment 6: “Deviations”. Yes/No
i) Attachment 6A: “Deviations with cost of withdrawal”. Yes/No
j) Attachment 7: “Alternative Bids”. Yes/No
k) Attachment 9: “Work completion schedule” . Yes/No
l) Attachment 10: “Guarantee Declaration”. Yes/No
m) Attachment 11: “Information regarding ex-employees of Employer in Yes/No
Bidder’s firm”.
n) Attachment 12:“Unequivocal consent of the proposed Indian Yes/No
Associate for the purpose of executing the ‘Second Contract’ and/ or
‘Third Contract’ as an independent Contractor (Applicable to Foreign
Bidders).”.

________________________________________________________________________________________________________________
Attachment 15 (Vol.-III) Page 1 of 2
o) Attachment 13: “Capacity and Experience of Proposed Indian Yes/No
Associate (Applicable to Foreign Bidders)”.
p) Attachment 14: “Integrity Pact”. Yes/No
q) Attachment 16: “Option for mode of payment, Option for currency of Yes/No
payment for Foreign bidders”.
Part-II Price Bid
a) Whether Price Bid submitted in a separate sealed envelope. Yes/No
b) Whether Bid form duly completed, signed and submitted. Yes/No
c) Whether following Price Schedules submitted: Yes/No
d) Schedule 1: Plant and Equipment (including mandatory Spares) to Yes/No
be supplied from abroad.
e) Schedule 2: Plant and Equipment (including mandatory Spares) to Yes/No
be supplied from within India
f) Schedule 3: Local Transportation, Insurance and other Incidental Yes/No
Services (including port clearance etc.).
g) Schedule 4: Installation Charges Yes/No
h) Schedule 5A & 5B: Type Test Charges for Type Tests Yes/No
i) Schedule 6A & 6B: Charges for Training to be imparted Yes/No
j) Schedule 7: Grand Summary of the Quoted Bid Price. Yes/No
k) Schedule 8: Deleted Yes/No

l) Schedule 9: Deleted Yes/No


m) Schedule 10 :Details of recommended spare parts & recommended Yes/No
test equipment (in line with Technical specifications).
Tender Whether Tender document alongwith all amendments issued by DTL, duly Yes/No
Document/NIT signed & stamped on each page submitted.

(Signature of Bidder)……………
(Designation)………………….............
(Stamp)………………………….

Note: Replies against each item should be complete without any ambiguity. Terms such as
refer covering letter etc. shall not be acceptable unless the replies/ information are specific
and complete.

________________________________________________________________________________________________________________
Attachment 15 (Vol.-III) Page 2 of 2
ATTACHMENT-16

Turnkey package for

Design, Engineering, Manufacturing, Supply, Erection, Testing & Commissioning of


220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power
House New Delhi (India) on Turnkey Basis

(Option for mode of payment (either through irrevocable confirmed ‘Letter of


Credit’ or through ‘direct payment’), Option for currency of payment for Foreign
bidders).

Bidder’s Name and Address: To : Delhi Transco Ltd.


Shakti Sadan, Kotla Road
New Delhi – 110002

Dear Sirs,

[Applicable only for foreign bidders] We have read the provisions in the Bidding
Documents regarding furnishing the method of payment to foreign bidders/contractors.
Accordingly, we hereby opt for the following freely convertible foreign currency(ies) for
eligible payments:

S. No. Currency
1.
2.
3.

[Note: Foreign Bidder may choose a maximum of 3 freely convertible foreign currencies
for eligible payment as per ITB 11.1. Foreign Bidders to note that in case no option is
selected, all the payments shall be made by the Employer in Indian Rupees in the event
of award.]

Date:...
(Signature) …………...
Place:...
(Printed Name) …………...

(Designation) .…………...

(Common Seal) …………...

______________________________________________________________________________________________________________
Attachment 16 (Vol.-III) Page 1 of 1
.
SECTION-III

GUARANTEED TECHNICAL PARTICULARS


Guaranteed Technical Particular - GIS

A. Complete GIS Module


1. Nominal voltage of system kV
2. Rated voltage of system kV
3. Rated voltage for equipment (Ur) kV
4. Rated insulation levels phase-to-earth and
between phases
Rated short-duration power-frequency withstand kV
voltage (Ud)
5. Rated switching impulse withstand voltage (Us)
Phase-to-earth kV
Between phases kV
6. Rated lightning impulse withstand voltage (Up)
7. Rated frequency (fr) Hz
8. Rated normal current (Ir) A
9. Rated short-time withstand current (Ik) kA
10. Rated peak withstand current (Ip) kA
11. Rated duration of short-circuit (tk) s
12. Rated supply voltage of closing and opening
devices and of auxiliary and control circuits (Ua) V
13. Rated supply frequency of closing and opening
devices and of auxiliary circuits Hz DC or 50 or 60
14. Neutral earthing Solidly or not solidly
15. Number of phases
16. Single- or three-phase design
17. Maximum SF6 leakage rate % / year
18. Rated filling pressure pr
Circuit-breaker
Other compartments
19. Alarm pressure pa
Circuit-breaker
Other compartments
20. Minimum functional pressure pm
Circuit-breaker
Other compartments
21. Design pressure of enclosures
Circuit-breaker
Other compartments
22. Type test pressure of enclosures
Circuit-breaker
Other compartments
__________________________________________________________________________________________________________________________
GTP (GIS) Page 1 of 2
23. Routine test pressure of enclosures
Circuit-breaker
Other compartments
24. Operating pressure of pressure relief device
Circuit-breaker
Other compartments
25. Internal fault
Short-circuit current kA
26. Quantity of SF6 gas of complete GIS at filling kg
pressure
27. Quantity of SF6 gas of the largest compartment kg
at filling pressure
28. Maximum permissible gas dew point °C
29. Number of gas compartments
30. Length of longest section for transportation m
31. Weight of the heaviest piece of equipment to be kg
handled during installation on-site

B. Bus ducts
1. Inductance H/m
2. Capacitance pF/m
3. Resistance of enclosure at fr Ω/m
4. Resistance of conductor at fr Ω/m
5. Surge impedance Ω
C. Bushing (Outdoor-immersed bushing)

1. Type of internal insulation


2. Type of external insulation
3. Nominal specific creepage distance mm/kV
4. Shed profile Normal or alternating
5. Rated short-duration, power-frequency kV
6. withstand voltage (Ud)
7. Rated switching impulse withstand voltage (Us) kV
8. Rated lightning impulse withstand voltage (Up) kV
9. Cantilever test load N
10. Cantilever operation load N
11. Type of line termination

__________________________________________________________________________________________________________________________
GTP (GIS) Page 2 of 2
(TO BE FILLED IN AND SIGNED BY THE TENDERER)
SCHEDULE OF THE GUARANTEED TECHNICAL PARTICULARS
SF6 CIRCUIT BREAKER

01. Name of manufacturer :


02. a) Type of circuit breaker :
b) Type of tank (Live/Dead) :
03. Manufacturer’s type and designation :
04. Standards applicable :
05. Rated voltage (KV) :
06. Rated insulation level :
07. Rated Frequency (Hz) :
08. Class :
09. Number of poles :
10. Whether 3 pole or single pole unit :
11. No. of breaks per pole :
12. Normal current rating (amps)
(a) Under standard conditions :
(b) Under site conditions :
(c ) De-rating factor, if any :
for site conditions
(d) Temperature rise at 150% :
rating for 3 hours.
13. Short time current rating (KA) :
for 1 second
14. Maximum temperature rise over :
ambient (C ) due to rated current
in main contacts, measured
after breaking test
15. Rated short circuit breaking current
a. Rated short circuit current :
(Symmetrical AC component) KA (rms)
b. Percentage DC component :
c. Asymmetrical breaking Current :
(including DC component) KA (rms)
16. Making capacity (KA peak) :
17. Total break time (Milli-seconds)
(a) For interruption of 10% :
of the rated capacity
(b) For interruption of 30% :

__________________________________________________________________________________________________________________________
GTP (Circuit Breaker) Page 1 of 6
of the rated capacity
(c ) For interruption of 60% :
of the rated capacity
(d) For interruption of the full :
rated capacity
18. Arcing time (Milli-seconds) :
19. Opening time & break time :
20. Closing time (Milli-second) :
21. Rated Operating Sequence :
22. Minimum re-closing time at rated :
interrupted capacity from the
instant of the trip coil energisation
(Milli-seconds)
23. Minimum dead time
(a) 3 phase re-closing :
(Milli seconds) :
(b) Limit of adjustment of dead :
Time for 3 phase re-closing
(c) 1 phase re-closing :
(Milli seconds)
24. Data on re-striking voltage for
100%, 50% or 30% rated capacity
(a) Amplitude factor :
(b) Phase factor :
(c) Natural frequency (Hz) :
(d) Rate of rise of re-striking :
Voltage (V/Micro sec.)
25. Rated out of phase breaking current :
26. Rated line charging breaking current :
27. Maximum line charging current :
breaking capacity and corresponding
Over voltage recorded in test
(a) On supply side :
(b) On line side :
28. Maximum cable charging current
breaking capacity and corresponding
over voltage recorded in test
(a) On supply side :
(b) On line side :
29. Rated single capacitor bank
(a) Capacitive in rush current :
Handling capability
(b) Capacitive breaking current :

__________________________________________________________________________________________________________________________
GTP (Circuit Breaker) Page 2 of 6
Capability
30. Rated small inductive breaking :
current and the corresponding
over voltage.
31. First pole to clear factor :
32. Rated transient recovery voltage :
for terminal faults
33. Rated characteristic for short line :
faults i.e. rate of rise.
34. Dry-1 minute power frequency test withstand
voltage for complete circuit breaker
(a) Between line terminal and :
grounded Parts (KV rms.)
(b) Between terminals with breakers :
Contacts open (KV rms.)
(c ) Between poles. :
35. Wet-1 minute power frequency test
withstand voltage
(a) Between line terminal and :
grounded parts (KV rms)
(b) Between terminals with breakers :
contacts open (KV rms)
36. 1.2/50 microsecond wave impulse
with stand test voltage for complete
circuit breaker
(a) Between line terminals and :
ground (KV peak)
(b) Between terminals with circuit :
Breaker contacts
(c) Between poles :
37. Minimum clearance
(a) Between phases (mm) :
(b) Live parts and earth (mm) :
(c) Live parts to ground level (mm) :
38. Number of operation possible without
maintenance
(a) At full rated interrupting capacity :
(b) At 150% of rated current :
(c) At 100% of rated current :
(d) At 50% of rated current :

__________________________________________________________________________________________________________________________
GTP (Circuit Breaker) Page 3 of 6
39. SUPPORTING INSULATORS
(a) Make and type
(b) Weight
(c) Transport dimensions
(d) Insulation class
(e) Visible corona discharge voltage
(f) Dry-1 minute power frequency
Flash over / voltage
(g) Wet one minute power frequency
Flash over / withstand voltage.
(h) 1.2/50 microsecond impulse
flashover / withstand voltage.
(i) Creepage distance to ground (mm) for
heavily polluted atmosphere :
(i) Total
(ii) Protected
40. No. of poles per circuit breaker :
41. No. of breaks per pole
42. Total length of breaks per phase (mm)
43. Type of main contacts
44. Material of main contacts
45. Whether main contacts silver plated (Yes/No)
46. Thickness of silver coating on main contacts (mm)
47. Contact pressure on arcing contacts (Kg/m2)
48. Type of arcing contacts.
49. Contact pressure on main contacts (Kg/m2)
50. Type of auxiliary switches
51. Whether contacts of auxiliary switches silver plated (Yes / No)
52. No. of auxiliary switch contacts
operating with all three poles of breaker
(a) Which are closed when breaker :
is closed
(b) Which are open when breaker is closed :
(c) Those adjustable with respect to :
the position of main contacts.
53. No. of spare auxiliary switch contacts
operation with all three poles of breaker
(a) Which are closed when :
Breaker is closed.
(b) Which are open when breaker :
Is closed.
__________________________________________________________________________________________________________________________
GTP (Circuit Breaker) Page 4 of 6
(c) Those adjustable with respect :
to the position of main contacts
54. Number of spare terminal block :
55. Tripping and closing circuit voltage(V) :
56. Power required for trip coil :
57. Power required for closing coil :
58. Contingencies for which alarm :
Provided
59. Design data for supporting structure :
60. Weight of supporting steel structure :
for breaker
61. Whether descriptive leaflets enclosed (Yes/No) :

FOR SF6 GAS CIRCUIT BREAKER:

62. Rated pressure of SF6 Gas in the gas :


cylinder (Kg./cm2)
63. Quantity of SF6 gas required per single :
pole unit (Kg.)
64. a) Quantity of SF6 gas per cylinder (Kg.) :
b) Guaranteed maximum leakage rate per year :
(kg / sq. cm)
65. Weight of empty cylinder (Kg.) :
66. Quantity of absorbent required per pole (Kg) :
67. Recommended interval for renewal of :
absorbent in case of outdoor Circuit breaker
operating in tropical conditions.

68. Chemical composition of the absorbent :


69. Quantity of absorbent covered in the :
scope of supply (including spare qty (Kg)
70. Limit of gas pressure for proper operation :
of circuit breaker
71. Pressure at which the temperature
compensated gas pressure switch will
(a) Give alarm :
(b) Cut off :
72. Name of SF 6 supplier and country of origin :
73. Quantity of SF 6 gas supplied for
(a) Actual use in breakers (Kg.) :
(b) As spare (Kg.) :
74. Chemical composition of gas
(a) Qty. of air by weight (ppm) :
(b ) Qty of H 2 O by weight (ppm) :
__________________________________________________________________________________________________________________________
GTP (Circuit Breaker) Page 5 of 6
(c) Qty of CF4 by weight (ppm) :
75. Type of operating mechanism offered :
76. Dimension of the control cabinets :
78. Weight of control cabinet :
79 Seismic level for which Breaker is designed (g) :
80. Compliance to technical specification :
w.r.t parameters specified for
i) Control Cabinet i) YES / NO
ii) Bushing/support Insulator ii) YES / NO
iii)Terminal connector. iii) YES / NO
iv) SF6 Gas iv) YES / NO
81. Detailed Literature
a) Whether similar equipment are type
tested as per IEC/IS and are in successful
operation for atleast 2 (two) years
(If yes, furnish type test reports)
b) Furnish data on capabilities of circuit
breaker in terms of time and number of
operations at duties ranging from 100 %
fault currents to load currents of the lowest
possible value without requiring any
maintenance or checks
c) Furnish details of effect of non simultaneity
between contacts within a pole or between
poles and also show how it is covered
in the guaranteed rated break time.
d) Overall General Arrangement drawing of
circuit breaker is to be enclosed.

WEIGHT AND SPACE REQUIREMENT:

82. Weight of 3-phase breaker complete with operating mechanism, insulating supports frame work etc.
83. Impact loading for foundation design to include dead load plus impact value on opening at maximum
interrupting rating in terms of equivalent of static load.
84. Weight of heaviest package.

__________________________________________________________________________________________________________________________
GTP (Circuit Breaker) Page 6 of 6
BATTERIES AND BATTERY CHARGERS

GUARANTEED TECHNICAL PARTICULARS


1.0 GENERAL

1.1 Name of the bidder

1.2 Specification & Standards

1.3 Location

1.4 Design ambient temp

1.5 System

1.6 Input supply to battery

1.7 Control supply

1.8 Supply for charger panel


Space heater and illumination

2.0 BATTERIES

2.1 Manufacturer’s type


designation

2.2 Type desgination of


cells as per IS.

2.3 Ampere-hour capacity at


Ten (10) hour rate of dis-
Charge and twenty seven
(27) degrees centigrade
electrolyte temperature.

2.4 Rated voltage

2.4.1 Nominal : …………..v

2.4.2 Maximum : …………..v

2.4.3 Minimum : …….…….v

2.5 Number of positive plates


per cell.

2.6 Total number of plates


per cell.

2.7 Discharge current of cell


and end voltage of battery
for : Amperes Cell end
voltage

2.7.1 One(1) minute load : _______A ________V


__________________________________________________________________________________________________________________________
GTP (Battery and Battery Charger) Page 1 of 7
2.7.2 Half(1/2) hour load : _______A ________V

2.7.3 Two(2) hour load : _______A ________V

2.7.4 Three(3) hour load : _______A ________V

2.7.5 Five(5) hour load : _______A ________V

2.7.6 Eight(8) hour load : _______A ________V

2.7.7 Ten(10) hour load : _______A ________V

2.7.8 Twelve(12) hour load : _______A ________V

2.7.9 Current versus time characteristic curve


(attach curve and state curve reference No.)

2.8 Recommended charging rate :

i) Initial : _______A

ii) Finish : _______A

2.9 Nominal cell voltage : _______V

2.10 Internal resistance of


each cell

i) Fully charge : _______micro ohms.

ii) Fully discharge : _______micro ohms.

iii) Floating : _______micro ohms.

2.12 Resistance of the battery : _______ohms.

2.13 Short circuit current : _______KA

2.14 Container

2.14.1 Material

2.14.2 Thickness : _______mm

2.15 Terminal Connector


2.15.1 Type

2.15.2 Material

2.16 Separator : _______mm

2.16.1 Type

2.16.2 Material

2.16.3 Thickness : _______mm

2.17 Electrolyte
__________________________________________________________________________________________________________________________
GTP (Battery and Battery Charger) Page 2 of 7
2.17.1 Quantity for first : _______Ltrs.

2.17.1 Quantity for first : _______Ltrs.


Filling : Plus ten (10)
Per cent extra.

2.17.2 Specific gravity at


twenty seven (27)
degrees centrigrade

i) with all cells fully


charged.

ii) At the end of discharge


at ten (10) hour rate.

2.18 Max. electrolyte temp.


that the cell will withstand
without injurious effect.
i) Continuously
ii) For a short period.

2.19 Positive plates :

2.19.1 Type :

2.19.2 Construction :

2.19.3 Dimensions :_____mmLx_____mmWx____mmTH

2.19.4 Surface :____________mm2

2.20 Method of connections :

i) Bolted

ii) Burnt

2.21 Negative Plates

2.21.1 Type

2.21.2 Construction details

2.21.3 Dimensions :_____mmLx_____mmWx_____mmTH

2.21.4 Surface Area : ___________mm2

2.22 Method of Supporting :


elements

2.23 Clearance between

2.23.1 Edges of plates and


inner surface of container : ______________mm

2.23.2 Bottom of negative plates : ______________mm

__________________________________________________________________________________________________________________________
GTP (Battery and Battery Charger) Page 3 of 7
2.23.3 Top of plates and top : ______________mm
of container

2.24 Sediment space (depth) : ______________mm

2.25 Dimensions of each cell :

2.25.1 Length : ______________mm

2.25.2 Width : ______________mm

2.25.3 Height : ______________mm

2.26 Distance between centres : ______________mm


of cells when erected

2.27 Net weight of each cell : ______________kg.

2.27.1 With electrolyte : ______________kg.

2.27.2 Without electrolyte : ______________kg.

2.28 Recommended max. period


of storage before first charge

2.29 Whether explosion-proof : Yes/No


vent plugs are provided
(in case of sealed con-
tainer).

2.30 Expected life span of


battery

2.31 Rack details

2.31.1 Description

2.31.2 Number of units

2.31.3 Unit length : ______________mm

2.31.4 Unit width : ______________mm

2.31.5 Unit Height : ______________mm

2.31.6 Unit shipping weight : ______________kg.

2.31.7 Material of supporting stand

2.31.8 Arrangement and foundation


Details of supporting stands

2.31.9 Weight of one complete


Set of supporting stand.

2.31.10 Details of painting.

2.31.11 Details of insulators


__________________________________________________________________________________________________________________________
GTP (Battery and Battery Charger) Page 4 of 7
support of battery
leakage

2.32 Proposed layout (attach)


layout drawing & state
drawing no.)

2.33 Ventilation required in : ______________cu.mm./minute


battery room

2.34 Ampere hour efficiency : ______________percent

2.35 Watt hour efficiency : ______________percent

2.36 Recommended float charge :

2.36.1 Current : ______________A

2.36.2 Voltage : ______________V

2.37 Recommended boost charge :

2.37.1 Current : ______________A

2.37.2 Voltage : ______________V

2.37.3 Time required for boost : ______________hours


charging from discharge
conditions

3.0 BATTERY CHARGERS

3.1 Name of manufacturer :

3.2 Manufacturer’s type :


designation

3.3 Degree of protection :

3.4 Type of rectifier :

3.5 AC Input :

3.5.1 Voltage : ______________V

3.5.2 Voltage Variation : ______________percent

3.5.3 Number of phases :

3.5.4 Frequency : ______________Hz.

3.5.5 Frequency variation : ______________percent

3.5.6 Combined voltage and : ______________percent


frequency variation

3.5.7 Current : ______________A

3.5.8 Power factor :


__________________________________________________________________________________________________________________________
GTP (Battery and Battery Charger) Page 5 of 7
3.6 Percentage of taps provided
on transformer

3.6.1 Primary winding

3.6.2 Secondary winding

3.7 DC output ratings :

3.7.1 Boost Charger

i) Power output : ______________KW

ii) Voltage : ______________V

iii) Current : ______________A

iii) Range of current control :

3.7.2 Float charger

i) Power output : ______________KW

ii) Voltage : ______________V

iii) Current : ______________A

iv) Range of current control :

3.8 DC output voltage


regulation from no load
to full load

3.9 Maximum ripple current : ______________percent

3.10 Maximum permissible temp. : ______________C


rise over an ambient temp.
of fifty (50) degrees centigrade

3.11 Overall efficiency : ______________percent

3.12 Load limiting feature


(attach characteristic
curve showing variation
of voltage with increase
in load).

3.13 List of major accessories


provided

3.14 Battery charger panel

3.14.1 Thickness of sheet steel : ______________mm

3.14.2 Dimensions : ___mmLx____mmWx___mmD

3.14.3 Total weight : ______________kg.

__________________________________________________________________________________________________________________________
GTP (Battery and Battery Charger) Page 6 of 7
3.15 Rectifier : Trickle Quick
charge charge
3.15.1 Name of manufacturer

3.15.2 Address :

3.15.3 Type of semi conducting


Material

3.15.4 Continuous rating in Amps.

3.15.5 Short time rating in


Amp. and time.

3.15.6 Rated AC input voltage

3.15.7 Rated DC output voltage

3.15.8 Ripple factor

3.15.9 Voltage factor

3.15.10 Current factor

4.0 D.C. PANELS

4.1 Name of manufacturers

4.2 Address

4.3 Continuous current of Amp.

i) Main circuit breaker

ii) Bus bar

4.4 Short time rating in


Amp. and time

4.5 Rated DC output voltage

4.6 Material of Bus Bar

4.7 Type & Manufacturer of


HRC Cartridge fuse

5.0 INSTRUMENT & INDICATING DEVICES

5.1 Type

5.2 Name of Manufacturer

5.3 Accuracy class

__________________________________________________________________________________________________________________________
GTP (Battery and Battery Charger) Page 7 of 7
SCHEDULE OF GUARANTEED PARTICULARS
(RELAY & PROTECTION PANEL)

I. RELAY & PROTECTION PANELS:

1. Name & Address of Manufacturer of panels

2. Manufacturer’s type and designation

3. Type of construction (simplex / duplex)

4. Dimensions of the panels.

5. Dimensions of supporting channel.

6. Thickness of the steel plates proposed four use on panels.

(a) Front
(b) Rear
(c) Sides, top and bottom

7. Degree of protection

8. Confirm whether offered manufacturer of relay &


Protection panels and protective relays have tested
commissioned and they are in successful operation
for at least two years in 220 KV system.

II. CONTROL SWITCHES FOR CIRCUIT BREAKERS:

1. Name & Address of Manufacturer of panels

2. Manufacturer’s type and designation

3. Type of handle provided.

4. No. of Positions.

5. No. of contracts.

(i) Normally closed


(ii) Normally open.

6. Rating of contacts
(i) Make and carry continuously.
(ii) Make and carry for 0.5sec.
(iii) Break resistive load in amps (DC).
(iv) Break inductive load in amps (DC).

7. Life of switch in terms of million mechanical


Operation.

III. POSITION INDICATORS For circuit For Isolating &


Breaker earth switches

1. Name & Address of Manufacturer of panels

2. Manufacturer’s type and designation

3. Diameter of the disc. mm mm

______________________________________________________________________________________________________________________
GTP (Relay & Protection Panel) Page 1 of 8
4. Operating voltage Volts Volts

5. Burden Watts (DC) Watts (DC) Watts (DC)

IV. INDICATING LAMPS:

1. Name & Address of Manufacturer of panels

2. Manufacturer’s type and designation

3. Rating

(i) Operating Voltage


(ii) Operating Current
(iii) Wattage of lamp

4. Size of Lamp

5. Whether series resistors provided?

6. If series resistors provided, give

(i) Ohmic value


(ii) Wattage

7. Colour of lamp.

8. Life of lamp in burning hours.

9. Permissible voltage variation.

V. SWITCH BOARD WIRING:

1. Insulation of wiring.

2. Size of wiring conductor of following :


i) P.T. Circuits

ii) C.T. Circuits.

iii) DC Supply circuits

iv) Other circuits

3. Size of earthing bar of safety earthing.

4. Type of terminals provided on wiring.

5. Wiring conductor aluminium / corner.

VI. DIGITAL MULTI FUNCTION METER

1. Maker’s Name and country.

2. Type of Instrument

3. Size

4. Whether magnetically shielded or not

5. Limits of error in the effective range.

6. V.A. Burden (VA)

______________________________________________________________________________________________________________________
GTP (Relay & Protection Panel) Page 2 of 8
(i) Current coil (VA)

(ii) Potential coil (VA)

7. Power Consumption

i)Current coil (Watts)

ii) Potential coil (Watts)

8. Temperature at which the instruments are calibrated.

9. Description of leaflet reference Nos. submitted.

10. Range.

11. Ratings

i) CT Secondary
ii) VT Secondary
iii) DC auxiliary
iv) Frequency range
v) Operating principal
vi) Thermal rating

12. Accuracy class

13. Display of (YES / NO)

(a) Real time rms value of amp.


(b) Real time rms value of voltage
(c) Real time average pf
(d) Real time frequency
(e) Real time average power in MW, MVAr (Ig),(Id) and MVA

14. Type of connection

VII. ENERGY METER

1. Maker’s Name and country.

2. Type of Instrument

3. Size

4. Whether magnetically shielded or not

5. Limits of error in the effective range.

6. V.A. Burden (VA)

i) Current coil (VA)

ii) Potential coil (VA)

7. Power Consumption

i) Current coil (Watts)

ii) Potential coil (Watts)

8. Temperature at which the instruments are calibrated.

9. Description of leaflet reference Nos. submitted.

______________________________________________________________________________________________________________________
GTP (Relay & Protection Panel) Page 3 of 8
10. Range

11. Ratings
i) CT Secondary
ii) VT Secondary
iii) Frequency range
iv) Thermal rating

12. Accuracy class

13. Display of (YES/ NO)

(a) LCD test


(b) Real time with date
(c) Inst. Line current
(d) Inst. phase voltage
(e) Inst. Average power factor
(f) maximum demand in MW/ MVA
(g) Cumulative energy parameters in different resistors for
i) MWh
ii) MVArh
iii) MVArh(Id)
iv) MVAh

14. Type of connection

VIII ANNUNCIATOR:

1. Maker’s name and country.

2. Type of selector switch.

3. Type of annunciator.

4. Type and particulars of window.

5. No. of lamps per window.

6. Lamps

(i) Voltage
(ii) Wattage

7. Particulars of wiring.

8. Rated voltage Volts.

9. Power consumption Watts.

10. Instantaneous making capacity contacts.

11. Breaking capacity.

12. Type of reset Manual / Self

13. Overall dimensions of annunciator.

14. Descriptive leaflets No.

IX. TRANSMISSION LINE PROTECTION

______________________________________________________________________________________________________________________
GTP (Relay & Protection Panel) Page 4 of 8
IX. (A) NUMERICAL DISTANCE PROTECTION RELAYS:

Over current Earth Fault


Relay relay

1. Name & Address of Manufacturer

2. Manufacturer’s type and designation

3. Switched or non switched type (is


it with separate measurements for
single/ three phase faults)

4. Setting range of offset feature

5. Whether the relay is having self


monitoring feature

6. Whether relay is compatible for SCADA


Equipments and can be used for Permissive
Under reach/Over reach/Blocking scheme etc.

7. Suitable for single and three phase trip

8. Type of shaped characteristic

9. IDMT earth fault relay meeting Normal


Inverse Characteristic as per IEC 60253 is
Being offered as built in feature for lines

10. If No, Type of IDMT being offered.

11. Built in feature offered with the relay(Yes/No)

i) Disturbance Recorder
ii) Over-Voltage(One stage only)
iii) Auto reclose along with deadline charging
and check synchronizing.

IX.(B) Backup Directional over current Overcurrent Earth Fault


and earth fault relay : relay relay

1. Name & Address of Manufacturer

2. Manufacturer’s type and designation

3. Whether characteristic will confirm to IEC 255-3

4. Two O/C and one E/F elements


Are whether independent or composite unit?

5. Polarisation

a. Current

b. Potential

6. Current coil rating

7. Tap range

8. Potential rating

9. VA burden

______________________________________________________________________________________________________________________
GTP (Relay & Protection Panel) Page 5 of 8
a. Current coil

b. Highest tap

c. Lowest tap.

10. Directional sensitivity

11. VT fuse failure relay/feature included


For alarm.

12. Unit setting range

(i) Inverse time


(ii) High set

13. Time of operation at maximum time dial wetting at :

(i) 10 times tap setting.

14. Trip contact rating (Amps.)

15. Whether seal in contact provided or not

16. Descriptive leaflets ref.

IX(C) DISTURBANCE RECORDER

(a) Acquisition unit

1. Name & Address of Manufacturer

2. Manufacturer’s type and designation

3. Number of analogue channels

4. Number of digital recording channels

5. Built in feature of main-1 distance relay is offered

6. Pre-fault memory(msec.)

7. Post-fault memory(msec.)

8. Total storage memory in sec.

9. Sampling Frequency

10. resolution of the event channels(ms)

11. Time display present?

12. data output in COMTRADE is available

(b) Evaluation unit

1. Name & Address of Manufacturer

2. Manufacturer’s type and designation

3. Number of acquisition unit that can be connected

______________________________________________________________________________________________________________________
GTP (Relay & Protection Panel) Page 6 of 8
to one evaluation unit

4. Technical parameter of evaluation unit

a. processor and speed


b. RAM and hard disk capacity
c. additional facility
d. details of printer

5. Details of power supply arrangement for acquisition


unit (including printer)

IX(d) AUTO RECLOSE RELAY

1. Name & Address of Manufacturer

2. Manufacturer’s type and designation

3. Electromechanical/ststic/numerical

4. Auto reclose relay alongwith deadline charging


and check synchronizing relay for line
offered as a part of distance relay

5. Suitable for single and three phase?

6. Single phase dead time setting range

7. Three phase dead time setting range

8. Reclaim time setting range

X. TRANSFORMER PROTECTION

X(A) DIFFERENTIAL RELAYS:

1. Name & Address of Manufacturer

2. Manufacturer’s type and designation

3. Current coil rating

4. Tap range (Bias setting range)

Coil 1

Coil 2

Coil 3

5. Maximum VA Burden

(i) Operating Coil

(ii) Restraining Coil

6. Power consumption

(i) Operating Coil


(ii) Restraining Coil

7. Whether three instantaneous units provided? Yes / No

8. Second Harmonic restraint provided or not.

______________________________________________________________________________________________________________________
GTP (Relay & Protection Panel) Page 7 of 8
9. Range of H.T.L.T. ratios over which the relay can be used.

10. Operating time.

11. Trip contact rating.

12. Whether seal in contacts provided or not.

13. How ratio/phase angle correction are being done


(interposing transformer/internal feature in the relay)

14. Descriptive leaflet No.

X(B) Directional over current Over current Earth Fault


and earth fault relay : relay relay

1. Name & Address of Manufacturer

2. Manufacturer’s type and designation

3. Whether the relay is having self


monitoring feature

4. Directional sensitivity

5. Unit setting range

a) Inverse time
b) High set

XI BUS BAR PROTECTION RELAY Phase fault Earth Fault


relay relay
1. Name and Address of Manufacturer

2. Manufacturer’s type and designation

3. Type of relay

4. Principle of operation

5. Current coil rating

6. Max VA Burden

7. Setting Ranges

i) Current
ii) Time

8. Power consumption

9. Operating time

10. Trip contact rating

11. Descriptive leaflet No.

______________________________________________________________________________________________________________________
GTP (Relay & Protection Panel) Page 8 of 8
GTP OF CABLE

Guarantee Technical Particular of 33 KV, 1X630 Sq. mm XLPE CABLE


1. Name of Manufacturer:
2. Country of Manufacturer:
3. Type of Cable : XLPE
4. Standard according to which cable
Is manufactured
5. Rated voltage
6. Nominal cross-sectional area of Conductor.
7. Conductor material
8. Impulse withstand voltage 1.2/50 micro second wave KVp
9. Power frequency withstand voltage KV rms
11. Maximum dielectric stress at the conductor KV/cm
12. Minimum radial thickness of insulation between conductor & screen.
13. Conductor screen
a) Material
b) Nominal thickness

14. 14.1 Insulation:


a. Material
b. Minimum nominal thickness
c. Eccentricity factor
14.2 Insulation screen:
a. Non metallic material
b. Metallic material
15. Inner sheath :
a) Minimum radial thickness
b) Composition
c) Maximum working stress
d) Nominal diameter

16. Armour
a) Material
b) Type
c) Thickness
d) Short circuit capacity of armour

17 Protective outer serving


a)Type and composition
b) Nominal thickness
c) Test voltage at works.
18. Nominal overall diameter of complete Single core cable.
19. Nominal weight per meter of complete Cable.
20. Short circuit capacities with a conductor temperature of 90 degree at the commencement:
0.5 Second duration.
a) 1 Second duration.
b) 2 Second duration.
c) 3 Second duration.
21. Minimum radius of bend round which Cable can be laid.
a) Direct burial in ground
__________________________________________________________________________________________________________________________
GTP (Cable) Page 1 of 4
b) In ducts

22. Maximum D.C. resistance of conductor


Per Km.at 20 degree C.
23. Maximum A.C. resistance of conductor
Per km. At 90 degree C.
24. Equivalent star reactance per km. Of 3-phase
Circuit at 50 Hz.
25. Maximum electrostatic capacitance per km of cable.
26. Maximum continuous current carrying Capacity per cable when laid in ground at a
depth of 1.5 metres (Ground temp.35 degree C soil thermal resistivity 150 degree
C/watt/Cm. Maximum conductor temperature 90 degree C).
a) Only one 3-phase ckt. loaded.
b) Both the three phase ckts. Loaded.
27 Maximum continuous current carrying capacity per cable when drawn into pipes (conditions
as in item 26 above).
a) Only one 3 phase ckt. loaded
b) Two 3 phase ckt. loaded.
28. Continuous current carrying capacity which will permit a further 10% overload for two hours
without exceeding a maximum conductor temp. of 90 degree C laid as in item 26 above.
a) Only one 3 phase ckt. loaded.
b) Two 3 phase ckts. Loaded.
29. Continuous current carrying capacity which will permit a further 10% overload for two hours
as in item no.28 above, but with cables drawn into pipes.
a) Only one 3 phase ckt. loaded.
b) Two 3 phase ckt. loaded.
30. Maximum dielectric power factor of cable when laid direct in the ground, at normal Voltage,
frequency at conductor temperature of 15, 30, 45, 65, 90 degree C.
31. Maximum dielectric power loss of cable per Km. Of 3 phase ckt., laid direct in ground, at
normal voltage, frequency and Maximum conductor temperature.
32. Maximum dielectric power factor of cable at normal frequency and at a conductor
temperature of 20 degree C and at 0.5,1.0, 1.5, 2.0 times nominal voltage.
33. Sheath loss of cable per km. Of 3 phase ckt. at normal voltage, frequency, at maximum
Continuous current rating.
a) laid direct in ground(item 26 above)
b) Drawn into ducts (item 27 above)
34. Impedance per km. Of 3 phase ckt. at 50 C/s and maximum conductor temperature.
a) positive and negative sequence
b) zero sequence

35. a) Phase to ground characteristic impedance at 50 to 200 Kc/s.

b) Screening factor.

36. Maximum drum length of cable.


37. Appxm. Shipping weight & size of drums
38. For 1-core cables please recommend with reasons:
a) Method of laying(trefoil, horizentrol)
b) Whether sheaths are to be bounded and Earthed at one end or both ends.
Transposed.

__________________________________________________________________________________________________________________________
GTP (Cable) Page 2 of 4
GTP OF END TERMINATION FOR 33 KV, 1X630 Sq. mm XLPE CABLE
1 Manufacturer's name
2 Size (mm & shape)
3 Type of termination kit.
4 Rated voltage. KV
5 Rated continuous current (Amp.)
6 Rated impulse withstand voltage (kV)
7 Impulse wave shape in micro-second
8 Power frequency withstand voltage
(a) Dry (kV rms)
(b) Wet (kV rms)
9 Impulse (kV peak)
10 Mounting details
(a) Sealing end / switchyard
(b) Link box.
11 Name of items in the kit & respective Shelf life
(month/year)
12 Guarantee of termination kit
13 Test details
14 Curing period
15 Effects due to rain, polluted and suitability for
climatic conditions
16 Net volume of kit length / breath / width and
weight
17 Time required to prepare a termination
18 Time required for energisation after termination
19 Deterioration of component during storage
20 Flexibility / reopen ability, if any
21 Chemical reaction which may cause health
hazards, if any
22 Special storage conditions, if any, up to Amb.
Temp. of 50 Deg. C and period
23 Provision for track resistance for cable

__________________________________________________________________________________________________________________________
GTP (Cable) Page 3 of 4
24 Provision for stress relief for cable
25 Provision for discharge due to uneven surface of
cable insulation
26 Is there any additional support required for
termination kit? If so, give details.
27 Provision for sealing system, if any”

__________________________________________________________________________________________________________________________
GTP (Cable) Page 4 of 4
GUARANTEED AND OTHER PARTICULARS FOR
DISTRIBUTION TRANSFORMERS
(To be furnished by the Manufacturer)
Sl. No. Description
1. Make
2. Name of Manufacturer
3. Place of Manufacture
4. Voltage Ratio
5. Rating in kVA
6. Core Material used and Grade:
a) Flux denisity
b) Over fluxing without saturation
(Curve to ber furnished by the Manufacturer in support of his claim)
7. Maximum temperature rise of:
a) Windings by resistance method
b) Oil by thermometer
8. Managetising (no-load) current at:
a) 90% Voltage
b) 100% voltage
c) 110% Voltage
9. Core loss in watts:
a) Normal voltage
b) Maximum voltage
10. Resistance of windings at 20 C
(with 5% tolerance):
a. HV Winding (ohms)
b. LV Winding (ohms)
11. Full load losses (watts) at 75 deg C
12. Total Losses at 100% load at 75 deg C
13. Total Losses at 50% load at 75 deg C
14. Current density used for : (Amper/sq mm)
a) HV Winding
b) LV Winding
15. Clearances : (mm)
a) Core and LV
b) LV and HV
c) HV phase to phase
d) End insulation clearance to earth
e) Any point of winding to tank
16. Efficiency at 75 deg C:
a) Unity P.F. and
b) 0.8 P.F.
1) 125% load
2) 100% load
__________________________________________________________________________________________________________________________
GTP (Transformer) Page 1 of 3
3) 75% load
4) 50% load
5) 25% load
17. Regulation at:
a) Unity P.F.
b) 0.8 P.F. at 75 deg C
18. % Impedance at 75 deg C
19. Flash Testy:
i) HV 28 kV/50 HZ for 1 minute
ii) LV3 kV/50 Hz for 1 minute
20. Over potential Test (Double Voltage and
Double frequency for 1 minute)
21. Impulse test
22. Mass of :(kg)
a) Core lamination (minimum)
b) Winding (minimum)
c) Tank and fittings
d) Oil
e) Oil quantity (minimum) (litre)
f) Total weight
23. Oil Data:
1. Quantity for first filling (minimum) (litre)
2. Grade of oil used
3. Maker’s Name
4. BDV at the time of filling (kV)
24. Transformer:
1) Overall length x breadth x height (mm x mm x mm)
2) Tank length x breadth x height
3) Thickness of plates for
a) Side plate (min)
b) Top and bottom plate (min)

4) Conservator Dimensions
25. Radiation:
1. Heat dissipation by tank walls excluding top and bottom
2. Heat dissipation by cooling tune
3. Diameter and thickness of cooling tube
4. Whether calculation sheet for selecting cooling
Area to ensure that the transformer is capable of
giving continuous rated output without
Exceeding temperature rise is enclosed.
26. Inter layer insulation provided in design for:
1) Top and bottom layer
2. In between all layer
3) Details of end insulation
4) Whether wedges are provided at 50% turns of the HV coil
__________________________________________________________________________________________________________________________
GTP (Transformer) Page 2 of 3
27. Insulation materials provided
a) For Conductors
1) HV
2) LV
b) For Core
28. Material and size of the wire used
1. HV Dia (mm) (SWF)
2. LV a) strip size
b) No. of Conductors in parallel
c) Total area of cross section (sq mm)
29. Whether the name plate gives all particulars as required in Tender
30. Particulars of bushings HV/LV
1) Maker’s name
2) Type IS-3347/IS-2099/S7421
3) Rating as per IS
4) Dry power frequency voltage withstands testy
5) Wet power frequency voltage withstand test

__________________________________________________________________________________________________________________________
GTP (Transformer) Page 3 of 3
GUARANTEED TECHNICAL PARTICULARS FOR D.G. SET.
1.00.0 General
1.01.0 Contract’s Name & Address
1.02.0 Manufacturer’s, type and address
a. Diesel Engine.
b. Alternator
c. Exciter
d. Battery
2.00 Engine
2.01 Rating
2.02 Revolutions per min.
2.03 Number and arrangement of cylinder.
2.04 No. of strokes. .
2.05 Method of starting.
2.06 Time required for starting
2.07 Auxiliary Power consumption
2.08 Type of Governor
2.09 Sensitivity of Governor
2.10 Guaranteed limits of Governing
a. Permanent variation
b. Full Load thrown off
c. Full load put on.
2.11 Total speed variation
2.12 Specification of fuel oil.
2.13 Specification of Lub oil
2.14 Guaranteed fuel consumption
a. At full load
b. At ¾ load
c. At ½ load
d. At ¼ load
2.15 Lub. oil consumption
2.16 Mechanical efficiency
2.17 Thermal efficiency
2.18 Method of aspiration
2.19 Method of cooling of engine and lub. oil.
2.20 Amount of water required for cooling system.
2.21 Total weight.
2.22 Space requirement including clearances
2.23 Maker’s name, type and technical literature for the following:
a. Air filter & silencer.

__________________________________________________________________________________
GTP (DG Set) Page 1 of 3
b. Thermometer.
c. Pressure Gauges.
d. Level indicator
e. Tachometer.
f. Fuel oil pump.
2.24 Mechanical auxiliaries loads connected on Radiator fans 5 HP Main shaft with wiring.
2.25 Rated engine power and the ambient conditions at which rated power is defined.

2.26 Direction of rotation.

3.00 Storage Tank. (Outside)


a. Type and shade.
b. Capacity
c. Number Specifies.
d. Material of construction.
e. Overall dimensions.
f. Plate thickness.
g. Installation paint.
4.00 Alternator.
4.01 Rated KW capacity.
4.02 Rated KVA capacity.
4.03 Rated Terminal Voltage.
4.04 Rated Power Factor.
4.05 Rated Stator Current.
4.06 Rated Speed.
4.07 Rated Frequency
4.08 No. of phases/ Terminals brought outside
4.09 Excitation current and voltage at rated 3 Amp DC power output and power factor.
4.10 Efficiencies at 0.8 power factor at
a. 100% load
b. 75% load.
c. 50% load.
d. 25% load.
4.11 Inherent regulation (%)
4.12 Impedance
a. X a dir axis synchronous.
b. X’d dir axis transient.
n
c. X dir axis sub transient.
d. X q quad axis reactance.
n
e. X q quad axis sub transient.
4.13 Type of exciter used; capacity &rating of exciter
4.14 Class of Insulation.
__________________________________________________________________________________
GTP (DG Set) Page 2 of 3
4.15 Permissible Temp. Rise of.
a. Armature winding.
b. Field winding.
c. Bearing
4.16 Short circuit ratio
4.17 Rotor air gap
4.18 Overload capacity
4.19 Insulation level test voltage
4.20 Total weight &dimensions.
4.21 Applicable standard.
4.22 Automative voltage regulator type, technical specifications and characteristics curves.
4.23 Electrical auxiliaries load connected to generator terminals with rating.
5.00 Engine Alternator Set.
5.01 Starting time.
5.02 Interval between staring impulse.
5.03 No. of starting impulse.
5.04 Time for picking up the load.
5.05 Voltage variation
5.06 Frequency variation
5.07 Duration of continuous full load operation.
5.08 Noise level.
6.00 Battery.
6.01 Type
6.02. Name of manufacturer and address
6.03. No. of Cells
6.04. Capacity in AH
6.05 Capacity current of
a. Full charged battery.
b. Fully discharged battery.
6.06 Average life in years.
6.07 Applicable standard.
6.08 Weight of the battery.

__________________________________________________________________________________
GTP (DG Set) Page 3 of 3
TECHNICAL DATA REQUIREMENT
………………………….
(Bidder’s Name)

CURRENT TRANSFORMERS
1. Name and address of manufacturer ……………………………………

2. Manufacturer’s type designation ……………………………………

3. Standards applicable ……………………………………

4. Type of CT (Live or Dead Tank Type) ……………………………………

5. Rated frequency (Hz) ……………………………………

6. Rated voltage Ur (kV) ……………………………………

7. Rated current
i) Rated continuous current (Amps) ……………………………………

ii) Rated extended primary current (Amps) ……………………………………

8. Short time thermal current withstand for 1 sec(kA) ……………………………………

9. Dynamic current withstand (kAp) ……………………………………

10. 1.2/50 micros impulse withstand voltage (kVp) ……………………………………

11. 250/2500 micro sec switching surge ……………………………………


withstand voltage (dry and wet) (kVp)

12. One minute dry and wet power frequency ……………………………………


withstand voltage (kV rms)

13. No. of primary winding ……………………………………

14. No. cores per CT ……………………………………

15. Current ration (for all cores) ……………………………………

16. Output Burden (for all cores) ……………………………………

17. Accuracy class (for all cores) ……………………………………

18. Knee point voltage at different taps (v) ……………………………………


(for all cores)

19. Instrument security factor at different ratios ……………………………………


for meeting cores

20. Radio intereference voltage at 1.1 Ur/3 ……………………………………


at 1.0 MHz (Micro Volts)

21. Corona extinction voltage (kV rms) ……………………………………

22. Partial discharge level (PC) ……………………………………

23. Standard to which oil conforms generally ……………………………………

24. Total weight (kg) ……………………………………

25. Whether similar equipment are type tested YES / NO


______________________________________________________________________________________________________________________
GTP (CT) Page 1 of 2
and in successful operation for at least 2 years.

26. Maximum exciting current at knee ……………………………………


point voltage at different ratios (for all
cores) (mA)

27. Secondary winding resistance at all different ……………………………………


ratios (for all cores) (Ohms)

28. Overall General arrangement drawing of ……………………………………


CT is to be enclosed

______________________________________________________________________________________________________________________
GTP (CT) Page 2 of 2
VOLTAGE / POTENTIAL TRANSFORMERS

GUARANTEED TECHNICAL PARTICULARS


1. Type

2. Manufacturer’s Type

3. Designation

4. Rated Voltage

5. Rated Primary Voltage

6. Rated Secondary Voltage

7. Number of cores

Rated Class of Ratio Phase Angle


Output Accuracy Error Error
CORE-I

CORE-II

CORE-III

8. One minute power frequency dry withstand


test voltage KV rms

9. One minute power frequency wet withstand


test voltage KV rms

10. 1.2/50 microsecond impulse withstand crest


voltage KV peak

11. One minute power frequency withstand


voltage on secondaries KV rms

12. Temp. rise of winding at rated voltage factor :

i) At 1.2 voltage factor for continuous rating :


ii) At 1.5 voltage factor for 30 seconds rating :

13. Creepage distance of Bushing

14. Protected creepage distance

15. Weight of oil Kg.

16. Weight of core Kg.

17. Total Weight Kg.

18. Mounting details

19. Overall dimensions

__________________________________________________________________________________________________________________________
GTP (VT) Page 1 of 1
GUARANTEED TECHNICAL PARTICULARS

ISOLATORS

01. Name and address of the manufacturer


02. Manufacturer’s type designation
03. Standard applicable
04. Type and catalogue No. of Isolators.
05. Rated current under site conditions
at 50 deg. C ambient. (Amps)
06. System voltage.
07. Rated voltage
08. Rated frequency (Hz)
09. Number of poles
10. Whether all 3 poles are ganged mechanically YES / NO
11. Pole to pole spacing (mm)
12. Rated short time current of isolator and
earth switch for 1(one) second and
dynamic current
13. Opening time of isolator and earth switch
14. Closing time of isolator and earth switch
15. Rated mechanical terminal load
16. Dielectric withstand capacity
of completely assembled isolator/ earth switch
17. One minute dry power frequency withstand test voltage
i) against ground (kVrms)
ii) across isolating distance (kVrms)
18. 1.2/50 micro sec impulse withstand test voltage
i) against ground (kVp)
ii) across isolating distance (kVp)
19. Maximum magnetizing current make/break capacity.
20. Earthing switch making capacity for discharging line charge.
21. Construction Rate:
a) Number of break per circuit per pole.
b) No. of Isolators pedestals on one phase.
c) Type of contacts
d) Contact Area (sq.cm)
e) Type of hearing or rotating insulator.
f) Material for rotating blade.
g) Material for contact.
h) Max. Current density
i) Thickness of silver plating (Microns)

22. Minimum clearance in air:


a) Between poles
b) Between live parts and earth

23. Number of auxiliary switches in operating mechanism:


a) Normally close
b) Normally open.
24. Earthing device:
a) Short time current rating.
b) One second.
__________________________________________________________________________________________________________________________
GTP (Isolator) Page 1 of 2
25. Total weight of one complete triple pole isolator.
26. Mounting structure weight.
27. Terminal connectors.
28. Operating device details.
29. Operating Mechanism
i) For main blades
ii) For earth switches
30. Controls
i) Rated DC control voltage (V)
ii) Limits of voltage
31. Rated Insulation level.
32. Radio interference level at 1.1 Ur/
root 3 (in micro volts) at 1 MHz
33. Corona Extinction voltage (kV rms)
34. Compliance to Technical specification w.r.t
i) MOM Box i) YES / NO
ii) Support insulators ii) YES / NO
iii) Terminal Connectors iii) YES / NO
35. Whether similar equipment are type tested YES / NO
as per IEC / IS and are in successful operation
for at least 2 (two) years
36. Overall General Arrangement drawing of
Isolator/ Earthswitch is to be enclosed.

__________________________________________________________________________________________________________________________
GTP (Isolator) Page 2 of 2
TECHNICAL DATA REQUIREMENT

INSULATOR, HARDWARES & ACCESSORIES


………………………….
(Bidder’s Name)

A. INSULATOR STRINGS
220 KV
(NA)

1. Manufacturer’s name and address ……………………………………

2. Applicable Standards ……………………………………

3. No. of Units per String ……………………………………

4. Weight

a) Each Disc (Kg) ……………………………………

b) Complete String (kg) ……………………………………

5. Creepage Distance

a) Each Disc. (Kg) ……………………………………

b) Complete String (mm0 ……………………………………

6. Power Frequency Withstand


Voltage of the complete
String with corona control ring

i) Dry (KV rms) ……………………………………

ii) Wet (KV rms) ……………………………………

7. Lightining Impulse (dry) Withstand ……………………………………


Voltage of the Complete string for
Both positive and negative peaks (kVp).

8. Switching Surge withstand ……………………………………


Voltage of the Complete string
With corona control (Wet) (kVp)

9. Power Frequency Puncture ……………………………………


Withstand Voltage (Dry & Wet)
Of each Disc (KV rms)

10. Electro Mechanical Strength ……………………………………


of each Disc (Kg)

11. Minimum Corona extinction (kVrms) ……………………………………


voltage level of the complete string with
corona control ring (Dry Condition)

12. RIV level of the complete (micro-volts) ……………………………………


String with corona control ring at 1 MHz
When subjected to a test voltage.

13. Confirm whether string type tested with ……………………………………


offered disc insulator as per IS

_______________________________________________________________________________________________________________________
GTP (Hardware) Page 1 of 4
B. INSULATOR

1. Manufacturer’s Name and Address ……………………………………

2. Applicable Standards ……………………………………

3. Ultimate Strength

a. Complete assembly (kg) ……………………………………

b. Suspension/drop clamp (kg) ……………………………………

C. TUBULAR BUS CONDUCTOR

1. Manufacturer’s name and address ……………………………………

2. Applicable Standards ……………………………………

3. Material ……………………………………

4. Size of Tubular Bus ……………………………………

i) Standard pipe size-IPS (mm) ……………………………………

ii) Outside diameter (mm) ……………………………………

iii) Tolerance on outside ……………………………………

iv) Thickness (mm) ……………………………………

v) Tolerance on Thickness ……………………………………

5. D.C. Resistance of 20 deg. C. ……………………………………

6. Current rating at ambient temperature ……………………………………


of 50 deg. C.

7. Short circuit current rating for ……………………………………


1 sec. Duration (kA)

8. Radio Interference at rated ……………………………………


voltage (micro volts)

9. Weight (kg/m) ……………………………………

10. Final allowable tubular bus conductor ……………………………………


temperature due to short circuit.

D. MARSHALLING KIOSK

1. Manufacturer’s Name and Address ……………………………………

2. Thickness of sheet steel (mm) ……………………………………

3. Degree of protection provided ……………………………………

E. BUS POST INSULATIONS

1. Manufacturer’s name and address ……………………………………

2. Applicable Standards ……………………………………

3. No. of Units per Stack ……………………………………

4. Whether corona ring provided or not ……………………………………


_______________________________________________________________________________________________________________________
GTP (Hardware) Page 2 of 4
5. Diameter (mm) ……………………………………

6. Creepage Distance ……………………………………

a. Total (mm) ……………………………………

b. Protected (mm) ……………………………………

7. Power Frequency withstand Voltage ……………………………………


of Insulator

a. One Complete stack ……………………………………

i. Dry (kV rms) ……………………………………

ii) Wet (kV rms) ……………………………………

8. 1.2/50 micro sec. Impulse withstand ……………………………………


Voltage on complete stack (kVp)

9. 250/2500 micro second switching ……………………………………


Surge withstand voltage

i) One complete stack ……………………………………

ii) We (kV peak) ……………………………………

10. Radio interference Voltage of


complete stack

i) Test Voltage (kV rms) ……………………………………

ii) Radio interference voltage ……………………………………


(micro volt)

11. Weight-of complete stack (Kg) ……………………………………

12. Cantilever Strength of Complete Stack ……………………………………

13. Torsional Strength (Kg.m) ……………………………………

14. Compression Strength (Kg) ……………………………………

15. Confirm whether type tested as per IS/IEC ……………………………………


and are in successful operation for
at least 2 (Two) years.

E. ACSR CONDUCTOR

1. Name and address of manufacturer ……………………………………

2. Standards Applicable ……………………………………

3. Name & Type of Conductor ……………………………………

4. No. & diameter of various strands ……………………………………

5. Overall diameter of the conductor (mm) ……………………………………

6. Current rating capacity of the ……………………………………


Conductor at 75 deg. C (Amps)

7. Confirm whether type tested as per IS ……………………………………

_______________________________________________________________________________________________________________________
GTP (Hardware) Page 3 of 4
F. GALVANISED STEEL EARTHWIRE

1. Name and Address of the Manufacture ……………………………………

2. Standards Applicable ……………………………………

3.1 UTS of the Earthwire (kN) ……………………………………

3.2 Lay length of outer steel layer (mm) ……………………………………

3.3 DC Resistance of earthwire at 20 deg. C ……………………………………


(ohms)

3.4 Standard length of earthwire in the drum ……………………………………


(metres)

3.5 Diameter of earthwire ……………………………………

_______________________________________________________________________________________________________________________
GTP (Hardware) Page 4 of 4
Delhi Transco Limited

GUARANTED TECHNICAL PARTICULARS LIGHTING ARRESTOR

1. Name of the Manufacturer :


2. Type
3. Model
4. No. of the Units
5. Rated Voltage of Arrester : KV (rms)
6. Nominal Discharge Current : Amps.
7. Minimum Power frequency
discharge voltage : KV (rms)
8. Dry & wet power frequency withstand
voltage of arrester insulation : KV (rms)
9. Max. continuous operating voltage : KV (rms)
10. Protective level of the arrester :
11. Ratio of system voltage with stand level
to protection level of surge arrestor :
12. Max. residual voltage for discharge current
of (8/20 micro second wave) :KV (Peak)
(i) 5000 Amps.
(ii) 10000 Amps.
(iii) 20000 mps
13. High current impulse with stand
4/10 micro second peak value :KV
14. Leakage current through Arrestor at COV:
(i) Capacitive
(ii) Resistive
(iii) Total
15. Long Duration current test
(i) Current peak :
(ii) Virtual duration :
16. Creep age distance (suitable
for heavily polluted atmosphere) :
17. Pressure relief class :
18. Long duration discharge class :
19. Type & specification of the surge counters :
20. Type & range of mili ampere meter :
21. Mounting flanges dimensional details :
22. Earthing arrangement provided
for earthing side of arrestor :
23. Clearance required from grounded
equipment at various heights of arresters unit: mm
24. Min. recommended spacing between
arresters center to center :

GTP/LAs for 220 kV, 66 kV & 33 kV systems Page 1


Delhi Transco Limited

25. Height of complete unit from


base to the line side : mm
26. Weight of complete unit :

GTP/LAs for 220 kV, 66 kV & 33 kV systems Page 2


.
SECTION-IV

PRICE SCHEDULES
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from abroad, including Type Test charges for Type Test to be conducted in Abroad. Price Schedule-1
CIF PRICE
Taxes & Duties (Not included in CIF Price Component)
Whether HSN Custom GST
is confirmed. If
Currency Whether rate of
S.No. Item Description HSN Code not, indicate Unit Qty Unit FOB Unit CIF Total CIF
INR GST is confirmed.
applicable Price Price Price
Rate Amount Rate If not, indicate Amount
HSN code #
applicable rate of
GST #
1 2 3 4 5 6 7 8 9 10=6x9 11 12 13 14 15

220/33kV GIS Sub-Station at Rajghat Power House


A Main Equipment.

1 245kV GIS Equipment and associated equipment


1.1 245kV GIS Equipment
245 kV SF6 GIS Transformer Circuit Breaker Bay Module
1 [Module description as per Technical Specification, Cl. 85359030 Set 4 18%
3.0,(I),(C) of Section Project]
245 kV SF6 GIS Reactor Circuit Breaker Bay Module
2 [Module description as per Technical Specification, Cl. 85359030 Set 2 18%
3.0,(I),(D) of Section Project]
245 kV SF6 GIS Transmission Line Feeder Circuit Breaker
2 Bay Module [Module description as per Technical Specification, 85359030 Set 4 18%
Cl. 3.0,(I),(E) of Section Project]
245 kV SF6 GIS Bus-bar Module [Module description as per
3 Technical Specification, Cl. 3.0,(I),(A) of Section Project] 85359030 Set 2 18%

245 kV SF6 GIS Bus Coupler Bay Module [Module description


4 as per Technical Specification, Cl. 3.0,(I),(B) of Section Project] 85359030 Set 1 18%

245kV,1600A,SF6/Air Bushing for Connecting GIS to AIS


5 alongwith support structure 85471090 Nos. 30 18%

245kV, 1600A, 1 Phase SF6 GIS Bus duct alongwith support


6 85359030 LS 1 18%
structure.
18%
Sub-Total (1.1)

MATERIAL FOR TERMINATION OF TRANSFORMER


1.2
1 Steel for support structure for GIS and surge arrester etc. 73089090 LS 1 18%
2 ACSR conductor alonge with fittings 76042910 LS 1 18%
198KV, 10KA, Lighting Arrestor (L.A.) with surge/discharge
3 85354010 Nos. 30 18%
counter, milli-ampere meter and suitable terminal connectors etc.
Sub-Total (1.2)

1.3 33kV GIS Equipment


36 kV SF6 GIS Outgoing Line Feeder Circuit Breaker Bay
Module [Module description as per Technical Specification, Cl.
1 85372000 Set 16 18%
3.0,(II),(E) of Section Project] (out of 16 bays, 02 nos. bays are
for capacitor bank)

Page 1 of 7
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from abroad, including Type Test charges for Type Test to be conducted in Abroad. Price Schedule-1
CIF PRICE
Taxes & Duties (Not included in CIF Price Component)
Whether HSN Custom GST
is confirmed. If
Currency Whether rate of
S.No. Item Description HSN Code not, indicate Unit Qty Unit FOB Unit CIF Total CIF
INR GST is confirmed.
applicable Price Price Price
Rate Amount Rate If not, indicate Amount
HSN code #
applicable rate of
GST #
1 2 3 4 5 6 7 8 9 10=6x9 11 12 13 14 15
36 kV SF6 GIS Bus Coupler Bay Module [Module description
2 as per Technical Specification, Cl. 3.0,(II),(B) of Section Project] 85372000 Set 2 18%

36kV, 2500A, SF6 gas insulated bus Sectionliser bay module


3 [Module description as per Technical Specification, 85372000 Set 2 18%
Cl.3.0,(II),(C) of Section Project]
36 kV SF6 GIS Transformer Incomer Circuit Breaker Bay
4 Module [Module description as per Technical Specification, Cl. 85372000 Set 4 18%
3.0,(II),(D) of Section Project]
36 kV SF6 GIS Bus-bar Module [Module description as per
5 Technical Specification, Cl. 3.0,(II),(A) of Section Project] 85372000 Set 2 18%

Sub-Total (1.3)

1.4 LT Transformer
400 KVA,11/0.433KV,170kVp BIL at 11 KV side, three phase,
1 transformer including bushing accessories and first filling of oil 85042100 No. 1 18%

400 KVA,11/0.433KV,75kVp BIL at 11 KV side, three phase,


2 transformer including bushing accessories and first filling of oil 85042100 No. 1 18%

220 kV, 25 MVAR reactor along with suitable NCT and


3 85042320 Nos. 2 18%
complete associated equipment/accessories
Sub-Total (1.4)

Sub-Station Automation System and Relay & Protection


1.5
Panels
220kV Control and Relay and Panels (Compact type in
1.5.1
single Encloser)
(a) 220 KV Feeder Bays 85372000 Nos. 4 18%
(b) 220 KV Transformer Bays 85372000 Nos. 4 18%
(c) 220 kV reactor bays 85372000 Nos. 2 18%
(d) 220 KV Bus Coupler bay 85372000 No. 1 18%
(e) 220 KV Bus Bar Protection 85372000 No. 1 18%
Time Synchronization equipment and Other common
(f) equipments pertaining to Relay & Protection System (Time 85372000 lot 1 18%
Sychronisation equipment)
33kV Control and Relay and Panels (Compact type in single
1.5.2
Encloser)
33 KV Feeder Bays (out of 16 bays, 02 nos. bays are for
(a) 85372000 Nos. 16 18%
capacitor bank)
(b) 33 KV Incomer Bays 85372000 No. 4 18%
Page 2 of 7
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from abroad, including Type Test charges for Type Test to be conducted in Abroad. Price Schedule-1
CIF PRICE
Taxes & Duties (Not included in CIF Price Component)
Whether HSN Custom GST
is confirmed. If
Currency Whether rate of
S.No. Item Description HSN Code not, indicate Unit Qty Unit FOB Unit CIF Total CIF
INR GST is confirmed.
applicable Price Price Price
Rate Amount Rate If not, indicate Amount
HSN code #
applicable rate of
GST #
1 2 3 4 5 6 7 8 9 10=6x9 11 12 13 14 15
(c) BUS-COUPLER/BUS-SECTION Bays 85372000 No. 4 18%

1.5.3 Automation & SCADA


Substation automation equipment, Optic Fibre and other
(a) 85176290 Set 1 18%
interface/ converter equipment
(b) SCADA Equipments 85176290 Set 1 18%
FOTE Equipments along with teleprotection card (for remote
(c) 85176290 Set 1 18%
end substation also)
(d) Testing & Maintenance equipment 85176290 Set 1 18%
(e) Remote HMI alongwith monitor for DTL control room 85176290 Set 1 18%
Inverter of suitable capacity for station HMI and peripheral
(f) 85176290 Set 1 18%
devices i. e. printer etc.

1.5.4 Air conditioning system


a) Split AC (5 star rating)220kV Relay & Protection Panels Room 84151010 Lot 1 28%
b) Split AC (5 star rating)33 kV Relay & Protection Panels Room 84151010 Lot 1 28%
c) Split AC (5 star rating) for Control Room 84151010 Lot 1 28%
d) Split AC (5 star rating) for Battery Room 84151010 Lot 1 28%
e) Split AC (5 star rating) for Electrical Lab&for office space 84151010 Lot 1 28%
f) Ventilation system for 220 KV, 33 KV GIS hall 84151010 Lot 1 28%

1.6 LT Switchgear& other items

1.61 LT Switchgear
a) 415V Main Switchboard 85371000 Set 1 18%
b) 415V ACDB 85371000 Set 1 18%
c) 415V MLDB 85371000 Set 1 18%
d) 415V Emergency LDB 85371000 Set 1 18%
e) 415V Air-conditioning & Ventilation DB 85371000 Set 1 18%
f) 220V DCDB 85371000 Set 2 18%

1.6.2 Batteries and Battery Chargers


a) 220V, ………. AH Battery 85072000 Set 2 28%
b) 220V Battery Charger System 85044030 Set 2 18%
DG Set along with control panel (250kVA, 440V for 220 kV
1.6.3 85021310 Set 1 18%
S/S)
1.6.4 Fire prevention & extinguishing system
Fire Protection for GIS cum control room building, etc. (Portable
a) 84241000 lot 1 18%
type fire extinguishers system)

1.6.5 Illumination System (*)

Page 3 of 7
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from abroad, including Type Test charges for Type Test to be conducted in Abroad. Price Schedule-1
CIF PRICE
Taxes & Duties (Not included in CIF Price Component)
Whether HSN Custom GST
is confirmed. If
Currency Whether rate of
S.No. Item Description HSN Code not, indicate Unit Qty Unit FOB Unit CIF Total CIF
INR GST is confirmed.
applicable Price Price Price
Rate Amount Rate If not, indicate Amount
HSN code #
applicable rate of
GST #
1 2 3 4 5 6 7 8 9 10=6x9 11 12 13 14 15
Control Room, GIS Building etc.Illumination.with LED
a) 85395000 LS 1 18%
base/Metal Halide Lamp
Switchyard/Street light system (High Mast lighting System )
b) 85393220 LS 1 18%

1.1 kV Grade PVC insulated Al. conductor armoured power


1.6.6 cables and copper conductor armoured control cables
alongwith lugs, Glands and straight joints
a) Power Cables (XLPE) (*) 85446090 LS 1 18%
b) Power Cable (PVC) (*) 85446020 LS 1 18%
c) Control Cable (PVC) (*) 85446020 LS 1 18%
(*) The bidder has to estimate and quote as per his own
assessment.

Power Cable with termination kit on 33 kV side for connecting


1.6.7 3 Nos. transformers and 02 nos. Capacitor banks to 33KV GIS 85446020 LS 1 18%
(Suitable size & Run)

1.6.8 Grounding/ Earthing System


a) 40mm MS rod for Earthmat 73089090 LS 1 18%
b) Lightning Mast/ GS Shield Wire 73121090 LS 1 18%
1.6.9 EOT Crane (*)
a) EOT Crane for 220kV GIS room 84261100 set 1 18%

Tertiary loading equipments for one 100 MVA transformer


1.6.10
a) 33KV, O/D type isolator with earth switch MOM type 85353090 No 1 18%
b) 33KV, O/D type CT, 25/1-1A 85043100 Nos. 3 18%
c) 33KV, O/D type 630A, SF6 Circuit Breaker 85352112 No 1 18%
d) Control & Relay protection Panel 85372000 No 1 18%
11KV, O/D type PT of ratio Potential Transformer of ratio
e) 85043100 Nos. 3 18%
11KV/√3)/(110V/√3)/(110V/√3)
f) 11kV Surge Arrester 85354010 Nos. 3 18%
33 kV, 10 MVAR capacitor banks along with complete
1.6.11 85322990 Nos. 2 18%
asssociated equipment/accessories
11 KV equipments for loading 400 KVA Auxilary
1.6.12
Transformer
11kV switchgear, 2 Panel Board ( 1 incomer and 1 outgoing)
a) alongwith associated control & relay system, 11kV cables etc. 85372000 LS 1 18%

Sub-Total (1.6)

Page 4 of 7
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from abroad, including Type Test charges for Type Test to be conducted in Abroad. Price Schedule-1
CIF PRICE
Taxes & Duties (Not included in CIF Price Component)
Whether HSN Custom GST
is confirmed. If
Currency Whether rate of
S.No. Item Description HSN Code not, indicate Unit Qty Unit FOB Unit CIF Total CIF
INR GST is confirmed.
applicable Price Price Price
Rate Amount Rate If not, indicate Amount
HSN code #
applicable rate of
GST #
1 2 3 4 5 6 7 8 9 10=6x9 11 12 13 14 15
1.7 CCTV System with remote Operations*
Supply of compact type day and night network PTZ camera with
1 85258010 Nos. 3 18%
outdoor housing - as per specifications
Supply of compact type day and night network fixed camera
2 85258010 Nos. 2 18%
with outdoor housing - as per specifications
Network Video Management Software for 32 cameras as per
3 85299090 No. 1 18%
specifications
4 NVMS client License Pack for 2 users as per specifications 85299090 No. 1 18%
Video management workstation Server with Storage hardware
5 with 1 TB capacity for continuous recording for 30 Days 85299090 No. 1 18%
Minimum as per specifications
Video analytic software for fixed type cameras (2camera per
6 85299090 No. 1 18%
site)
The contractor is responsible for supplying and laying of
armoured Fibre Optics cables through HDPE Conduit by
digging and laying through cable trench as per the site
7 requirements including the supply of converters and other 85299090 LS 1 18%
accessories (suitable for outdoor application) required to
complete the connectivity in all respect as per the direction of
Engineer-in-Charge.
Auxiliary structure with all required poles/mast & related mount
with all accessories. Pole/Mast (G.I.) : Length - 9 mtrs and
8 85299090 Lot 1 18%
should be ISI make Mounting : to be grounded in concrete
structure should be self-supporting in the ground.
32" LCD monitor Diagonal Industrial Grade Panel for 24x7
9 85299090 No. 1 18%
applications as per specification.
10 24" Client PC TFT LCD monitor as per specification 85312000 Nos. 2 18%
16 port Network Switch with fibre optic connectivity along with
11 85299090 No. 1 18%
all related accessories - as per specifications.
Heavy duty with weather proof Power supply units for outdoor
12 85299090 Nos. 6 18%
cameras
2 KVA On line UPS system for Power distribution with 60
13 Minutes power back up with all related accessories at all 85299090 No. 1 18%
locations - as per specifications
Supply & laying of 3Core X 1.5 sq mm armoured Power cable -
14 85299090 LS 1 18%
as per specifications
Supply and laying of Twisted pair shielded un-armored cable
15 (CAT-6) - as per specification (from Terminal box to camera 85299090 LS 1 18%
etc.)
Supply and laying of 25 mm GI conduits with all necessary
16 85299090 LS 1 18%
accessories - ISI mark

Page 5 of 7
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from abroad, including Type Test charges for Type Test to be conducted in Abroad. Price Schedule-1
CIF PRICE
Taxes & Duties (Not included in CIF Price Component)
Whether HSN Custom GST
is confirmed. If
Currency Whether rate of
S.No. Item Description HSN Code not, indicate Unit Qty Unit FOB Unit CIF Total CIF
INR GST is confirmed.
applicable Price Price Price
Rate Amount Rate If not, indicate Amount
HSN code #
applicable rate of
GST #
1 2 3 4 5 6 7 8 9 10=6x9 11 12 13 14 15
Control console wooden table cabinet along with computer chair
17 to accommodate Video Management Work station, Network 85299090 No. 1 18%
switch, UPS - Godrej
* quantity may vary depending on actual drawing approval/site
layout
Sub-Total (1.7)

SUB-TOTAL I : MAIN EQUIPMENTS [(1.1) to (1.7)]

Testing/ Maintenance Equipments, Mandatory Spares, Type


2.0
Testing Charges

2.1 Testing/Maintenance equipments for GIS


1 SF6 Gas filling and evacuating plant 85437019 Set 1 18%
2 SF6 Gas Analyser 85352119 Set 1 18%
3 SF6 gas leak detector 90271000 Set 1 18%
4 Gas masks 90200000 Nos 10 12%
5 Partial Discharge Monitoring System 85437019 Set 1 18%
6 Automatic Primary Current (AC) Injection Test Kit 85352119 Set 1 18%
SUB-TOTAL 2.1 : TESTING EQUIPMENTS

2.2 MANDATORY SPARES


2.2.1 220 KV GIS 85389000 LS 1 18%
2.2.1.1 245kV CB 85389000 LS 1 18%
245kV CT (single phase current transformers of each
2.2.1.2 85043100 LS 1 18%
rating.)
245kV VT (Single phase VT complete with all Gaskets
2.2.1.3 85043100 LS 1 18%
and mounting hardware.)

198 kV surge arrestor (Complete L.A. including insulating


2.2.1.4 85354010 LS 1 18%
Base with Surge counter & accessories.: GIS type )
2.2.1.5 245kV Isolators & ES 85389000 LS 1 18%

2.2.2 Spares for 33 KV GIS


2.2.2.1 Spares for 33 KV GIS 85389000 LS 1 18%
2.2.2.2 Spares for 33 KV Circuit Breaker 85389000 LS 1 18%
2.2.2.3 Spares for 33KV Isolator 85389000 LS 1 18%
2.2.2.4 Spares for 33KV CT 85043100 LS 1 18%
2.2.2.5 Spare for 33KV Voltage transformer 85043100 LS 1 18%
Page 6 of 7
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from abroad, including Type Test charges for Type Test to be conducted in Abroad. Price Schedule-1
CIF PRICE
Taxes & Duties (Not included in CIF Price Component)
Whether HSN Custom GST
is confirmed. If
Currency Whether rate of
S.No. Item Description HSN Code not, indicate Unit Qty Unit FOB Unit CIF Total CIF
INR GST is confirmed.
applicable Price Price Price
Rate Amount Rate If not, indicate Amount
HSN code #
applicable rate of
GST #
1 2 3 4 5 6 7 8 9 10=6x9 11 12 13 14 15
2.2.2.6 Spare for 33KV SurgeArresor 85354010 LS 1 18%
2.2.3 Spare for 33KV Capacitor bank 85322990 LS 1 18%
2.2.4 Spare for DG Set 85021310 LS 1 18%
2.2.5 Spare for Battery & Battery charger 85072000 LS 1 18%
2.2.6 Spare for Relay & Protection Panels 85364900 LS 1 18%
2.2.7 Spare for Sub station Automation 85389000 LS 1 18%
2.2.8 Spare for Illumination System 85393220 LS 1 18%
2.2.9 Spare for LT switchgear 85371000 LS 1 18%
2.2.10 Spare for Fire fighting System 85311020 LS 1 18%

SUB-TOTAL III : MANDATORY SPARES (2.2)

TOTAL [1+2]

Note : Bidder is required to quote prices in this Schedule for all the individual items/sub-items.
HSN Code shall be filled,confirmed by Bidder
Currency shall be in accordance with clause 11.0 Section-ITB Volume I of the bidding documents.
In case any additional equipment is required, the same shalll be supplied without any additional payment and the offer should be complete and comprehensive. Signature : ___________________________
Please refer NIT/Tender Document for List of Manadatoty Spare

Date : Printed Name _________________________

Place : Designation __________________________

Common Seal ________________________

Page 7 of 7
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Bidder's Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from India, including Type Test charges for Type Test to be conducted in India. Price Schedule-2
S.No. Item Description HSN Code Whether HSN is Unit Qty Currency EX-WORKS Mode of Taxes & Duties (Not included in Ex
confirmed. If (INR) Unit Total Transaction Works Price Component)
not, indicate Price Price Direct/ Bought GST
applicable HSN Out Whether rate of
code GST is
confirmed. If not,
indicate
applicable rate
Rate of GST # Amount
1 2 3 4 5 6 7 8 9=6x8 10 11 11 12
220/33kV GIS Sub-Station at Rajghat Power House
A Main Equipment.

1 245kV GIS Equipment and associated equipment


1.1 245kV GIS Equipment
245 kV SF6 GIS Transformer Circuit Breaker Bay Module 18%
1 [Module description as per Technical Specification, Cl. 85359030 Set 4
3.0,(I),(C) of Section Project]
245 kV SF6 GIS Reactor Circuit Breaker Bay Module 18%
2 [Module description as per Technical Specification, Cl. 85359030 Set 2
3.0,(I),(D) of Section Project]
245 kV SF6 GIS Transmission Line Feeder Circuit Breaker 18%
2 Bay Module [Module description as per Technical Specification, 85359030 Set 4
Cl. 3.0,(I),(E) of Section Project]
245 kV SF6 GIS Bus-bar Module [Module description as per 18%
3 Technical Specification, Cl. 3.0,(I),(A) of Section Project] 85359030 Set 2

245 kV SF6 GIS Bus Coupler Bay Module [Module description 18%
4 as per Technical Specification, Cl. 3.0,(I),(B) of Section Project] 85359030 Set 1

245kV,1600A,SF6/Air Bushing for Connecting GIS to AIS 18%


5 85471090 Nos. 30
alongwith support structure
245kV, 1600A, 1 Phase SF6 GIS Bus duct alongwith support 18%
6 85359030 LS 1
structure.

Sub-Total (1.1)

1.2 MATERIAL FOR TERMINATION OF TRANSFORMER


1 Steel for support structure for GIS and surge arrester etc. 73089090 LS 1 18%
2 ACSR conductor alonge with fittings 76042910 LS 1 18%
198KV, 10KA, Lighting Arrestor (L.A.) with surge/discharge 18%
3 85354010 No. 30
counter, milli-ampere meter and suitable terminal connectors etc.
Sub-Total (1.2)

1.3 33kV GIS Equipment

Page 1 of 8
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Bidder's Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from India, including Type Test charges for Type Test to be conducted in India. Price Schedule-2
S.No. Item Description HSN Code Whether HSN is Unit Qty Currency EX-WORKS Mode of Taxes & Duties (Not included in Ex
confirmed. If (INR) Unit Total Transaction Works Price Component)
not, indicate Price Price Direct/ Bought GST
applicable HSN Out Whether rate of
code GST is
confirmed. If not,
indicate
applicable rate
Rate of GST # Amount
1 2 3 4 5 6 7 8 9=6x8 10 11 11 12
36 kV SF6 GIS Outgoing Line Feeder Circuit Breaker Bay 18%
Module [Module description as per Technical Specification, Cl.
1 85372000 Set 16
3.0,(II),(E) of Section Project] (out of 16 bays, 02 nos. bays are
for capacitor bank)
36 kV SF6 GIS Bus Coupler Bay Module [Module description 18%
2 as per Technical Specification, Cl. 3.0,(II),(B) of Section Project] 85372000 Set 2

36kV, 2500A, SF6 gas insulated bus Sectionliser bay module 18%
3 [Module description as per Technical Specification, 85372000 Set 2
Cl.3.0,(II),(C) of Section Project]
36 kV SF6 GIS Transformer Incomer Circuit Breaker Bay 18%
4 Module [Module description as per Technical Specification, Cl. 85372000 Set 4
3.0,(II),(D) of Section Project]
36 kV SF6 GIS Bus-bar Module [Module description as per 18%
5 85372000 Set 2
Technical Specification, Cl. 3.0,(II),(A) of Section Project]
Sub-Total (1.3)

1.4 LT Transformer
400 KVA,11/0.433KV,170kVp BIL at 11 KV side, three phase,
1 transformer including bushing accessories and first filling of oil 85042100 No. 1 18%

400 KVA,11/0.433KV,75kVp BIL at 11 KV side, three phase,


2 transformer including bushing accessories and first filling of oil 85042100 No. 1 18%

220 kV, 25 MVAR reactor along with suitable NCT and complete
3 85042320 Nos. 2 18%
associated equipment/accessories
Sub-Total (1.4)

Sub-Station Automation System and Relay & Protection


1.5
Panels
220kV Control and Relay and Panels (Compact type in
1.5.1
single Encloser)
(a) 220 KV Feeder Bays 85372000 No. 4 18%
(b) 220 KV Transformer Bays 85372000 No. 4 18%
(c) 220 kV reactor bays 85372000 Nos. 2 18%
(d) 220 KV Bus Coupler bay 85372000 No. 1 18%
Page 2 of 8
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Bidder's Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from India, including Type Test charges for Type Test to be conducted in India. Price Schedule-2
S.No. Item Description HSN Code Whether HSN is Unit Qty Currency EX-WORKS Mode of Taxes & Duties (Not included in Ex
confirmed. If (INR) Unit Total Transaction Works Price Component)
not, indicate Price Price Direct/ Bought GST
applicable HSN Out Whether rate of
code GST is
confirmed. If not,
indicate
applicable rate
Rate of GST # Amount
1 2 3 4 5 6 7 8 9=6x8 10 11 11 12
(e) 220 KV Bus Bar Protection 85372000 No. 1 18%
Time Synchronization equipment and Other common
(f) equipments pertaining to Relay & Protection System (Time 85372000 lot 1 18%
Sychronisation equipment)
33kV Control and Relay and Panels (Compact type in single
1.5.2
Encloser)
33 KV Feeder Bays (out of 16 bays, 02 nos. bays are for
(a) 85372000 No. 16
capacitor bank)
(b) 33 KV Transformer Bays 85372000 No. 4
(c) BUS-COUPLER/BUS-SECTION Bays 85372000 No. 4

1.5.3 Automation & SCADA


Substation automation equipment, Optic Fibre and other
(a) 85176290 Set 1 18%
interface/ converter equipment
(b) SCADA Equipments 85176290 Set 1 18%
FOTE Equipments along with teleprotection card (for remote
(c) 85176290 Set 1 18%
end substation also)
(d) Testing & Maintenance equipment 85176290 Set 1 18%
€ Remote HMI alongwith monitor for DTL control room 85176290 Set 1 18%
Inverter of suitable capacity for station HMI and peripheral
(f) 85176290 Set 1 18%
devices i. e. printer etc.

1.5.4 Air conditioning system


Split AC (5 star rating)220kV Relay & Protection Panels Room
a) 84151010 Lot 1 28%
Split AC (5 star rating)33 kV Relay & Protection Panels Room
b) 84151010 Lot 1 28%
c) Split AC (5 star rating) for Control Room 84151010 Lot 1 28%
d) Split AC (5 star rating) for Battery Room 84151010 Lot 1 28%
e) Split AC (5 star rating) for Electrical Lab&for office space 84151010 Lot 1 28%
f) Ventilation system for 220 KV, 33 KV GIS hall 84151010 Lot 1 28%

1.6 LT Switchgear& other items

1.61 LT Switchgear
a) 415V Main Switchboard 85371000 Set 1 18%
Page 3 of 8
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Bidder's Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from India, including Type Test charges for Type Test to be conducted in India. Price Schedule-2
S.No. Item Description HSN Code Whether HSN is Unit Qty Currency EX-WORKS Mode of Taxes & Duties (Not included in Ex
confirmed. If (INR) Unit Total Transaction Works Price Component)
not, indicate Price Price Direct/ Bought GST
applicable HSN Out Whether rate of
code GST is
confirmed. If not,
indicate
applicable rate
Rate of GST # Amount
1 2 3 4 5 6 7 8 9=6x8 10 11 11 12
b) 415V ACDB 85371000 Set 1 18%
c) 415V MLDB 85371000 Set 1 18%
d) 415V Emergency LDB 85371000 Set 1 18%
e) 415V Air-conditioning & Ventilation DB 85371000 Set 1 18%
f) 220V DCDB 85371000 Set 2 18%

1.6.2 Batteries and Battery Chargers


a) 220V, ………. AH Battery 85072000 Set 2 28%
b) 220V Battery Charger System 85044030 Set 2 18%
DG Set along with control panel (250kVA, 440V for 220 kV 18%
1.6.3 85021310 Set 1
S/S)
1.6.4 Fire prevention & extinguishing system
Fire Protection for GIS cum control room building, etc. (Portable 18%
a) 84241000 lot 1
type fire extinguishers system)

1.6.5 Illumination System (*)


Control Room, GIS Building etc.Illumination.with LED 18%
a) 85395000 LS 1
base/Metal Halide Lamp
Switchyard/Street light system (High Mast lighting System ) 18%
b) 85393220 LS 1

1.1 kV Grade PVC insulated Al. conductor armoured power


1.6.6 cables and copper conductor armoured control cables
alongwith lugs, Glands and straight joints
a) Power Cables (XLPE) (*) 85446090 LS 1 18%
b) Power Cable (PVC) (*) 85446020 LS 1 18%
c) Control Cable (PVC) (*) 85446020 LS 1 18%
(*) The bidder has to estimate and quote as per his own
assessment.

1.6.7 Transformer Termination Arrangement


Power Cable with termination kit on 33 kV side for connecting 18%
i 03 No. transformers and 02 nos. capacitor bank to 33KV GIS 85446020 LS 1
(Suitable size & Run)

1.6.8 Grounding/ Earthing System


Page 4 of 8
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Bidder's Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from India, including Type Test charges for Type Test to be conducted in India. Price Schedule-2
S.No. Item Description HSN Code Whether HSN is Unit Qty Currency EX-WORKS Mode of Taxes & Duties (Not included in Ex
confirmed. If (INR) Unit Total Transaction Works Price Component)
not, indicate Price Price Direct/ Bought GST
applicable HSN Out Whether rate of
code GST is
confirmed. If not,
indicate
applicable rate
Rate of GST # Amount
1 2 3 4 5 6 7 8 9=6x8 10 11 11 12
a) 40mm MS rod for Earthmat 73089090 LS 1 18%
b) Lightning Mast/ GS Shield Wire 73121090 LS 1 18%
1.6.9 EOT Crane (*)
a) EOT Crane for 220kV GIS room 84261100 set 1 18%

Tertiary loading equipments for one 100 MVA transformer


1.6.10
a) 33KV, O/D type isolator with earth switch MOM type 85353090 No 1 18%
b) 33KV, O/D type CT, 25/1-1A 85043100 No 3 18%
c) 33KV, O/D type 630A, SF6 Circuit Breaker 85352112 No 1 18%
d) Control & Relay protection scheme 85372000 No 1 18%
11KV, O/D type PT, ratio Potential Transformer of ratio 18%
e) 85043100 No 3
11KV/√3)/(110V/√3)/(110V/√3)
f) 11kV Surge Arrester 85354010 No 3 18%
33 kV, 10 MVAR capacitor banks along with complete 18%
1.6.11 85322990 Nos. 2
asssociated equipment/accessories
11 KV equipments for loading 400 KVA Auxilary
1.6.12
Transformer
11kV switchgear, 2 Panel Board ( 1 incomer and 1 outgoing) 18%
a) alongwith associated control & relay system, 11kV cables etc. 85372000 LS 1

Sub-Total (1.6)

1.7 CCTV System with remote Operations*


Supply of compact type day and night network PTZ camera with 18%
1 85258010 Nos. 3
outdoor housing - as per specifications
Supply of compact type day and night network fixed camera with 18%
2 85258010 Nos. 2
outdoor housing - as per specifications
Network Video Management Software for 32 cameras as per 18%
3 85299090 Nos. 1
specifications
4 NVMS client License Pack for 2 users as per specifications 85299090 Nos. 1 18%
Video management workstation Server with Storage hardware 18%
5 with 1 TB capacity for continuous recording for 30 Days 85299090 Nos. 1
Minimum as per specifications

Page 5 of 8
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Bidder's Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from India, including Type Test charges for Type Test to be conducted in India. Price Schedule-2
S.No. Item Description HSN Code Whether HSN is Unit Qty Currency EX-WORKS Mode of Taxes & Duties (Not included in Ex
confirmed. If (INR) Unit Total Transaction Works Price Component)
not, indicate Price Price Direct/ Bought GST
applicable HSN Out Whether rate of
code GST is
confirmed. If not,
indicate
applicable rate
Rate of GST # Amount
1 2 3 4 5 6 7 8 9=6x8 10 11 11 12
Video analytic software for fixed type cameras (2camera per 18%
6 85299090 Nos. 1
site)
The contractor is responsible for supplying and laying of 18%
armoured Fibre Optics cables through HDPE Conduit by digging
and laying through cable trench as per the site requirements
7 including the supply of converters and other accessories 85299090 LS 1
(suitable for outdoor application) required to complete the
connectivity in all respect as per the direction of Engineer-in-
Charge.
Auxiliary structure with all required poles/mast & related mount 18%
with all accessories. Pole/Mast (G.I.) : Length - 9 mtrs and
8 85299090 Lot 1
should be ISI make Mounting : to be grounded in concrete
structure should be self-supporting in the ground.
32" LCD monitor Diagonal Industrial Grade Panel for 24x7 18%
9 85299090 No. 1
applications as per specification.
10 24" Client PC TFT LCD monitor as per specification 85312000 Nos. 2 18%
16 port Network Switch with fibre optic connectivity along with all 18%
11 85299090 Nos. 1
related accessories - as per specifications.
Heavy duty with weather proof Power supply units for outdoor 18%
12 85299090 Nos. 6
cameras
2 KVA On line UPS system for Power distribution with 60 18%
13 Minutes power back up with all related accessories at all 85299090 Nos. 1
locations - as per specifications
Supply & laying of 3Core X 1.5 sq mm armoured Power cable - 18%
14 85299090 LS 1
as per specifications
Supply and laying of Twisted pair shielded un-armored cable 18%
15 (CAT-6) - as per specification (from Terminal box to camera 85299090 LS 1
etc.)
Supply and laying of 25 mm GI conduits with all necessary 18%
16 85299090 LS 1
accessories - ISI mark
Control console wooden table cabinet along with computer chair 18%
17 to accommodate Video Management Work station, Network 85299090 Nos. 1
switch, UPS - Godrej
* quantity may vary depending on actual drawing approval/site
layout
Sub-Total (1.7)
Page 6 of 8
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Bidder's Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from India, including Type Test charges for Type Test to be conducted in India. Price Schedule-2
S.No. Item Description HSN Code Whether HSN is Unit Qty Currency EX-WORKS Mode of Taxes & Duties (Not included in Ex
confirmed. If (INR) Unit Total Transaction Works Price Component)
not, indicate Price Price Direct/ Bought GST
applicable HSN Out Whether rate of
code GST is
confirmed. If not,
indicate
applicable rate
Rate of GST # Amount
1 2 3 4 5 6 7 8 9=6x8 10 11 11 12

SUB-TOTAL I : MAIN EQUIPMENTS [(1.1) to (1.7)]

Testing/ Maintenance Equipments, Mandatory Spares, Type


2.0
Testing Charges

2.1 Testing/Maintenance equipments for GIS


1 SF6 Gas filling and evacuating plant 85437019 Set 1 18%
2 SF6 Gas Analyser 85352119 Set 1 18%
3 SF6 gas leak detector 90271000 Set 1 18%
4 Gas masks 90200000 Nos 10 12%
5 Partial Discharge Monitoring System 85437019 Set 1 18%
6 Automatic Primary Current (AC) Injection Test Kit 85352119 Set 1 18%
SUB-TOTAL 2.1 : TESTING EQUIPMENTS

2.2 MANDATORY SPARES


2.2.1 220 KV GIS 85389000 LS 1 18%
2.2.1.1 245kV CB 85389000 LS 1 18%
245kV CT (single phase current transformers of each 18%
2.2.1.2 85043100 LS 1
rating.)
245kV VT (Single phase VT complete with all Gaskets 18%
2.2.1.3 85043100 LS 1
and mounting hardware.)
198 kV surge arrestor (Complete L.A. including insulating 18%
2.2.1.4 85354010 LS 1
Base with Surge counter & accessories.: GIS type )
2.2.1.5 245kV Isolators & ES 85389000 LS 1 18%

2.2.2 Spares for 33 KV GIS


2.2.2.1 Spares for 33 KV GIS 85389000 LS 1 18%
2.2.2.2 Spares for 33 KV Circuit Breaker 85389000 LS 1 18%
2.2.2.3 Spars for 33KV Isolator 85389000 LS 1 18%
2.2.2.4 Spares for 33KV CT 85043100 LS 1 18%
2.2.2.5 Spare for 33KV Voltage transformer 85043100 LS 1 18%
Page 7 of 8
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package

(Schedule of rates and prices)

Bidder's Name and Address :

Plant and Equipment (including Mandatory Spares Parts) to be supplied from India, including Type Test charges for Type Test to be conducted in India. Price Schedule-2
S.No. Item Description HSN Code Whether HSN is Unit Qty Currency EX-WORKS Mode of Taxes & Duties (Not included in Ex
confirmed. If (INR) Unit Total Transaction Works Price Component)
not, indicate Price Price Direct/ Bought GST
applicable HSN Out Whether rate of
code GST is
confirmed. If not,
indicate
applicable rate
Rate of GST # Amount
1 2 3 4 5 6 7 8 9=6x8 10 11 11 12
2.2.2.6 Spare for 33KV SurgeArresor 85354010 LS 1 18%
2.2.3 Spare for 33 kV Capacitor bank 85322990 LS 1 18%

2.2.4 Spare for DG Set 85021310 LS 1 18%


2.2.5 Spare for Battery & Battery Charger 85072000 LS 1 18%
2.2.6 Spare for Relay & Protection Panels 85364900 LS 1 18%
2.2.7 Spare for Sub station Automation 85389000 LS 1 18%
2.2.8 Spare for Illumination System 85393220 LS 1 18%
2.2.9 Spare for LT switchgear 85371000 LS 1 18%
2.2.10 Spare for Fire fighting System 85311020 LS 1 18%
SUB-TOTAL III : MANDATORY SPARES (2.2)

TOTAL [1+2]

Note : Bidder is required to quote prices in this Schedule for all the individual items/sub-items.
HSN Code shall be filled/confirmed by Bidder
* Specify amount of taxes,duties and levies as per GST Rules,payable on the transactions between contractor and employer as applicable for
destination site/state on all terms of supply including bought-out finished items(to be identified in the contract),which shall be dispatched directly
from the Subvendor's works to the Employer's site (sale-in-transit), only.
Please refer NIT/Tender Document for List of Manadatoty Spare

# In case any additional equipment is required, the same should be included in the scope with no additional payment and the offer should be complete and comprehensive.

Date : Signature : ___________________________

Place : Printed Name _________________________

Designation __________________________

Common Seal ________________________

Page 8 of 8
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package
(Schedule of rates and prices)

Bidder's Name and Address :

Local Transportation,Insurance and other Incidental Services (including port clearance etc.)
SCHEDULE-3
Transport Services Insurance and other Incidental Services
Whether SAC Taxes & Duties Whether SAC Unit Total Taxes & Duties
GST Charges Charges GST
code is SAC Code code is
SAC Code confirmed Total Whether rate Insurance & confirmed Whether rate of
S.No. Item Description Unit Qty Unit Charges of GST is GST is
Transport Yes/No Charges Other Yes/No
(INR) confirmed.if confirmed.if
Services If not, indicate (INR) Rate Amount Incidental If not, indicate Rate Amount
applicable SAC not, indicate Services applicable SAC not, indicate
code applicable code applicable rate
rate of GST of GST
1 2 3 4 5 6 7 8=4*7 9 10 1=8*(9or10 12 13 14 15=4*14 16 17 18=15*(16or17)
220/33kV GIS Sub-Station at Rajghat Power House
A Main Equipment.
1 245kV GIS Equipment and associated equipment
1.1 245kV GIS Equipment
245 kV SF6 GIS Transformer Circuit Breaker Bay Module [Module description as per
1 Set 4 996519 18% 997136 18%
Technical Specification, Cl. 3.0,(I),(C) of Section Project]
245 kV SF6 GIS Reactor Circuit Breaker Bay Module [Module description as per Technical
2 Set 2 996519 18% 997136 18%
Specification, Cl. 3.0,(I),(D) of Section Project]
245 kV SF6 GIS Transmission Line Feeder Circuit Breaker Bay Module [Module description
3 Set 4 996519 18% 997136 18%
as per Technical Specification, Cl. 3.0,(I),(E) of Section Project]
245 kV SF6 GIS Bus-bar Module [Module description as per Technical Specification, Cl.
4 Set 2 996519 18% 997136 18%
3.0,(I),(A) of Section Project]
245 kV SF6 GIS Bus Coupler Bay Module [Module description as per Technical Specification,
5 Set 1 996519 18% 997136 18%
Cl. 3.0,(I),(B) of Section Project]
6 245kV,1600A,SF6/Air Bushing for Connecting GIS to AIS alongwith support structure Set 30 996519 18% 997136 18%
7 245kV, 1600A, 1 Phase SF6 GIS Bus duct alongwith support structure. LS 1 996519 18% 997136 18%

Sub-Total (1.1)

1.2 MATERIAL FOR TERMINATION OF TRANSFORMER


1 Steel for support structure for GIS and surge arrester etc. LS 1 996519 18% 997136 18%
2 ACSR conductor alonge with fittings LS 1 996519 18% 997136 18%
198KV, 10KA, Lighting Arrestor (L.A.) with surge/discharge counter, milli-ampere meter and suitable
3 No. 30 996519 18% 997136 18%
terminal connectors etc.
Sub-Total (1.2)

1.3 33kV GIS Equipment


36 kV SF6 GIS Outgoing Line Feeder Circuit Breaker Bay Module [Module description as per
1 Technical Specification, Cl. 3.0,(II),(E) of Section Project] (out of 16 bays, 02 nos. bays are for Set 16 996519 18% 997136 18%
capacitor bank)
36 kV SF6 GIS Bus Coupler Bay Module [Module description as per Technical Specification,
2 Set 2 996519 18% 997136 18%
Cl. 3.0,(II),(B) of Section Project]
36kV, 2500A, SF6 gas insulated bus Sectionliser bay module [Module description as per
3 Set 2 996519 18% 997136 18%
Technical Specification, Cl.3.0,(II),(C) of Section Project]
36 kV SF6 GIS Transformer Incomer Circuit Breaker Bay Module [Module description as per
4 Set 4 996519 18% 997136 18%
Technical Specification, Cl. 3.0,(II),(D) of Section Project]
36 kV SF6 GIS Bus-bar Module [Module description as per Technical Specification, Cl.
5 Set 2 996519 18% 997136 18%
3.0,(II),(A) of Section Project]
Sub-Total (1.3)

1.4 LT Transformer
400 KVA,11/0.433KV,170kVp BIL at 11 KV side, three phase, transformer including bushing
1 No. 1 996519 18% 997136 18%
accessories and first filling of oil
400 KVA,11/0.433KV,75kVp BIL at 11 KV side, three phase, transformer including bushing
2 No. 1 996519 18% 997136 18%
accessories and first filling of oil
220 kV, 25 MVAR reactor along with suitable NCT and complete associated
3 No. 2 996519 18% 997136 18%
equipment/accessories
Sub-Total (1.4)

1.5 Sub-Station Automation System and Relay & Protection Panels


1.5.1 220kV Control and Relay and Panels (Compact type in single Encloser)
(a) 220 KV Feeder Bays No. 4 996519 18% 997136 18%
(b) 220 KV Transformer Bays No. 4 996519 18% 997136 18%
(c) 220 kV reactor bays No. 2 996519 18% 997136 18%
(d) 220 KV Bus Coupler bay No. 1 996519 18% 997136 18%
(e) 220 KV Bus Bar Protection No. 1 996519 18% 997136 18%
Time Synchronization equipment and Other common equipments pertaining to Relay &
(f) lot 1 996519 18% 997136 18%
Protection System (Time Sychronisation equipment)
1.5.2 33kV Control and Relay and Panels (Compact type in single Encloser)
(a) 33 KV Feeder Bays (out of 16 bays, 02 nos. bays are for capacitor bank) No. 16 996519 18% 997136 18%
(b) 33 KV Transformer Bays No. 4 996519 18% 997136 18%
(c) BUS-COUPLER/BUS-SECTION Bays No. 4 996519 18% 997136 18%

1.5.3 Automation & SCADA


(a) Substation automation equipment, Optic Fibre and other interface/ converter equipment Set 1 996519 18% 997136 18%
Page 1 of 4
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package
(Schedule of rates and prices)

Bidder's Name and Address :

Local Transportation,Insurance and other Incidental Services (including port clearance etc.)
SCHEDULE-3
Transport Services Insurance and other Incidental Services
Whether SAC Taxes & Duties Whether SAC Unit Total Taxes & Duties
GST Charges Charges GST
code is SAC Code code is
(b) SCADA Equipments Set 1 996519 18% 997136 18%
(c) FOTE Equipments along with teleprotection card (for remote end substation also) Set 1 996519 18% 997136 18%
(d) Testing & Maintenance equipment Set 1 996519 18% 997136 18%
(e) Remote HMI alongwith monitor for DTL control room Set 1 996519 18% 997136 18%
(f) Inverter of suitable capacity for station HMI and peripheral devices i. e. printer etc. Set 1 996519 18% 997136 18%

1.5.4 Air conditioning system


a) Split AC (5 star rating)220kV Relay & Protection Panels Room Lot 1 996519 18% 997136 18%
b) Split AC (5 star rating)33 kV Relay & Protection Panels Room Lot 1 996519 18% 997136 18%
c) Split AC (5 star rating) for Control Room Lot 1 996519 18% 997136 18%
d) Split AC (5 star rating) for Battery Room Lot 1 996519 18% 997136 18%
e) Split AC (5 star rating) for Electrical Lab&for office space Lot 1 996519 18% 997136 18%
f) Ventilation system for 220 KV, 33 KV GIS hall Lot 1 996519 18% 997136 18%

1.6 LT Switchgear& other items

1.6.1 LT Switchgear
a) 415V Main Switchboard Set 1 996519 18% 997136 18%
b) 415V ACDB Set 1 996519 18% 997136 18%
c) 415V MLDB Set 1 996519 18% 997136 18%
d) 415V Emergency LDB Set 1 996519 18% 997136 18%
e) 415V Air-conditioning & Ventilation DB Set 1 996519 18% 997136 18%
f) 220V DCDB Set 2 996519 18% 997136 18%

1.6.2 Batteries and Battery Chargers


a) 220V, ………. AH Battery Set 2 996519 18% 997136 18%
b) 220V Battery Charger System Set 2 996519 18% 997136 18%
1.6.3 DG Set along with control panel (250kVA, 440V for 220 kV S/S) Set 1 996519 18% 997136 18%
1.6.4 Fire prevention & extinguishing system
a) Fire Protection for GIS cum control room building, etc. (Portable type fire extinguishers system) lot 1 996519 18% 997136 18%

1.6.5 Illumination System (*)


a) Control Room, GIS Building etc.Illumination.with LED base/Metal Halide Lamp LS 1 996519 18% 997136 18%
b) Switchyard/Street light system (High Mast lighting System ) LS 1 996519 18% 997136 18%

1.1 kV Grade PVC insulated Al. conductor armoured power cables and copper conductor
1.6.6 armoured control cables alongwith lugs, Glands and straight joints

a) Power Cables (XLPE) (*) LS 1 996519 18% 997136 18%


b) Power Cable (PVC) (*) LS 1 996519 18% 997136 18%
c) Control Cable (PVC) (*) LS 1 996519 18% 997136 18%
(*) The bidder has to estimate and quote as per his own assessment.

1.6.7 Transformer Termination Arrangement


Power Cable with termination kit on 33 kV side for connecting 3 No. transformers & 2 nos.
i LS 1 996519 18% 997136 18%
Capacitor banks to 33KV GIS (Suitable size & Run)

1.6.8 Grounding/ Earthing System


a) 40mm MS rod for Earthmat LS 1 996519 18% 997136 18%
b) Lightning Mast/ GS Shield Wire LS 1 996519 18% 997136 18%
1.6.9 EOT Crane (*)
a) EOT Crane for 220kV GIS room set 1 996519 18% 997136 18%

1.6.10 Tertiary loading equipments for one 100 MVA transformer


a) 33KV, O/D type isolator with earth switch MOM type No 1 996519 18% 997136 18%
b) 33KV, O/D type CT, ratio 25/1-1A No 3 996519 18% 997136 18%
c) 33KV, O/D type 630A, SF6 Circuit Breaker No 1 996519 18% 997136 18%
d) Control & Relay protection scheme No 1 996519 18% 997136 18%
e) 11KV, O/D type PT, ratio Potential Transformer of ratio 11KV/ √3)/(110V/√3)/(110V/√3) No 3 996519 18% 997136 18%
f) 11kV Surge Arrester No 3 996519 18% 997136 18%
1.6.11 33 kV, 10 MVAR capacitor banks along with complete asssociated equipment/accessories No 2 996519 18% 997136 18%
1.6.12 11 KV equipments for loading 400 KVA Auxilary Transformer
11kV switchgear, 2 Panel Board ( 1 incomer and 1 outgoing) alongwith associated control &
a) LS 1 996519 18% 997136 18%
relay system, 11kV cables etc.

Sub-Total (1.6)

1.7 CCTV System with remote Operations*


Supply of compact type day and night network PTZ camera with outdoor housing - as per
1 Nos. 3 996519 18% 997136 18%
specifications
Page 2 of 4
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package
(Schedule of rates and prices)

Bidder's Name and Address :

Local Transportation,Insurance and other Incidental Services (including port clearance etc.)
SCHEDULE-3
Transport Services Insurance and other Incidental Services
Whether SAC Taxes & Duties Whether SAC Unit Total Taxes & Duties
GST Charges Charges GST
code is SAC Code code is
Supply of compact type day and night network fixed camera with outdoor housing - as per
2 Nos. 2 996519 18% 997136 18%
specifications
3 Network Video Management Software for 32 cameras as per specifications Nos. 1 996519 18% 18%
4 NVMS client License Pack for 2 users as per specifications Nos. 1 996519 18% 997136 18%
Video management workstation Server with Storage hardware with 1 TB capacity for
5 Nos. 1 996519 18% 997136 18%
continuous recording for 30 Days Minimum as per specifications
6 Video analytic software for fixed type cameras (2camera per site) Nos. 1 996519 18% 997136 18%
The contractor is responsible for supplying and laying of armoured Fibre Optics cables through
HDPE Conduit by digging and laying through cable trench as per the site requirements
7 including the supply of converters and other accessories (suitable for outdoor application) LS 1 996519 18% 997136 18%
required to complete the connectivity in all respect as per the direction of Engineer-in-Charge.

Auxiliary structure with all required poles/mast & related mount with all accessories. Pole/Mast
8 (G.I.) : Length - 9 mtrs and should be ISI make Mounting : to be grounded in concrete structure Lot 1 996519 18% 997136 18%
should be self-supporting in the ground.
9 32" LCD monitor Diagonal Industrial Grade Panel for 24x7 applications as per specification. No. 1 996519 18% 997136 18%
10 24" Client PC TFT LCD monitor as per specification Nos. 2 996519 18% 997136 18%
16 port Network Switch with fibre optic connectivity along with all related accessories - as per
11 Nos. 1 996519 18% 997136 18%
specifications.
12 Heavy duty with weather proof Power supply units for outdoor cameras Nos. 6 996519 18% 997136 18%
2 KVA On line UPS system for Power distribution with 60 Minutes power back up with all
13 Nos. 1 996519 18% 18%
related accessories at all locations - as per specifications
14 Supply & laying of 3Core X 1.5 sq mm armoured Power cable - as per specifications LS 1 996519 18% 997136 18%
Supply and laying of Twisted pair shielded un-armored cable (CAT-6) - as per specification
15 LS 1 996519 18% 997136 18%
(from Terminal box to camera etc.)
16 Supply and laying of 25 mm GI conduits with all necessary accessories - ISI mark LS 1 996519 18% 997136 18%
Control console wooden table cabinet along with computer chair to accommodate Video
17 Nos. 1 996519 18% 997136 18%
Management Work station, Network switch, UPS - Godrej
* quantity may vary depending on actual drawing approval/site layout
Sub-Total (1.7)

SUB-TOTAL I : MAIN EQUIPMENTS [(1.1) to (1.7)]

2.0 Testing/ Maintenance Equipments, Mandatory Spares, Type Testing Charges

2.1 Testing/Maintenance equipments for GIS


1 SF6 Gas filling and evacuating plant Set 1 996519 18% 997136 18%
2 SF6 Gas Analyser Set 1 996519 18% 997136 18%
3 SF6 gas leak detector Set 1 996519 18% 997136 18%
4 Gas masks Set 10 996519 18% 997136 18%
5 Partial Discharge Monitoring System Set 1 996519 18% 997136 18%
6 Automatic Primary Current (AC) Injection Test Kit Set 1 996519 18% 997136 18%
SUB-TOTAL 2.1 : TESTING EQUIPMENTS

2.2 MANDATORY SPARES


2.2.1 220 KV GIS LS 1 996519 18% 997136 18%
2.2.1.1 245kV CB LS 1 996519 18% 997136 18%
2.2.1.2 245kV CT (single phase current transformers of each rating.) LS 1 996519 18% 997136 18%
2.2.1.3 245kV VT (Single phase VT complete with all Gaskets and mounting hardware.) LS 1 996519 18% 997136 18%
198 kV surge arrestor (Complete L.A. including insulating Base with Surge counter &
2.2.1.4 LS 1 996519 18% 997136 18%
accessories.: GIS type )
2.2.1.5 245kV Isolators & ES LS 1 996519 18% 997136 18%

2.2.2 Spares for 33 KV GIS


2.2.2.1 Spares for 33 KV GIS LS 1 996519 18% 997136 18%
2.2.2.2 Spares for 33 KV Circuit Breaker LS 1 996519 18% 997136 18%
2.2.2.3 Spars for 33KV Isolator LS 1 996519 18% 997136 18%
2.2.2.4 Spares for 33KV CT LS 1 996519 18% 997136 18%
2.2.2.5 Spare for 33KV Voltage transformer LS 1 996519 18% 997136 18%
2.2.2.6 Spare for 33KV SurgeArresor LS 1 996519 18% 997136 18%
2.2.3 Spare of 33 kV Capacitor Bank LS 1 996519 18% 18%
2.2.4 Spare for DG Set LS 1 996519 18% 997136 18%
2.2.5 Spare for Battery & Battery charger LS 1 996519 18% 997136 18%
2.2.6 Spare for Relay & Protection Panels LS 1 996519 18% 997136 18%
2.2.7 Spare for Sub station Automation LS 1 996519 18% 997136 18%
2.2.8 Spare for Illumination System LS 1 996519 18% 997136 18%
2.2.9 Spare for LT switchgear LS 1 996519 18% 997136 18%
Page 3 of 4
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package
(Schedule of rates and prices)

Bidder's Name and Address :

Local Transportation,Insurance and other Incidental Services (including port clearance etc.)
SCHEDULE-3
Transport Services Insurance and other Incidental Services
Whether SAC Taxes & Duties Whether SAC Unit Total Taxes & Duties
GST Charges Charges GST
code is SAC Code code is
2.2.10 Spare for Fire fighting System LS 1 996519 18% 997136 18%

TOTAL [1+2]

2.3 Dismantling of existing 220/33 kV equipments


Dismantling of 220/33 kV equipments i.e, Transformers, Breaker, CT, PT, LA, Isolator,
2.3.1 fittings etc. alongwith support structure and transportation to DTL store or any other site LS 1 996519 18% 997136 18%
of DTL
SUB-TOTAL III : MANDATORY SPARES (2.2)

TOTAL [1+2]

Note : Bidder is required to quote prices in this Schedule for all the individual items/sub-items.
SAC Code shall be filled/confirmed by Bidder

Specify currency in accordance with clause 11.0 Section-ITB Volume I of the bidding documents.
In case any additional equipment is required, the same shalll be supplied without any additional payment and the offer should be complete and comprehensive.
Please refer NIT/Tender Document for List of Manadatoty Spare
Signature : ___________________________
Date
Place : Printed Name _________________________

Designation __________________________

Common Seal ________________________

Page 4 of 4
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package
(Schedule of rates and prices)
Installation Charges

Bidder's Name and Address :


SCHEDULE-4
Item Description SAC Code Whether SAC
code is
confirmed. If
Taxes & Duties
not, indicate GST
Unit Total
applicable Whether rate of
S.No. Unit Qty Charges Charges
SAC code GST is
(INR) (INR)
confirmed.if not,
indicate
applicable rate of
Rate GST # Amount
1 2 3 4 5 6 7 8=6x7 9 10 11

(X) 220/33kV GIS Sub-Station at Rajghat Power House


A Main Equipment.

1 245kV GIS Equipment and associated equipment


1.1 245kV GIS Equipment
245 kV SF6 GIS Transformer Circuit Breaker Bay Module [Module description as per
1 998736 Set 4 18%
Technical Specification, Cl. 3.0,(I),(C) of Section Project]
245 kV SF6 GIS Reactor Circuit Breaker Bay Module [Module description as per Technical
2 998736 Set 2 18%
Specification, Cl. 3.0,(I),(D) of Section Project]
245 kV SF6 GIS Transmission Line Feeder Circuit Breaker Bay Module [Module description
3 998736 Set 4 18%
as per Technical Specification, Cl. 3.0,(I),(E) of Section Project]
245 kV SF6 GIS Bus-bar Module [Module description as per Technical Specification, Cl.
4 998736 Set 2 18%
3.0,(I),(A) of Section Project]
245 kV SF6 GIS Bus Coupler Bay Module [Module description as per Technical Specification,
5 998736 Set 1 18%
Cl. 3.0,(I),(B) of Section Project]
6 245kV,1600A,SF6/Air Bushing for Connecting GIS to AIS alongwith support structure 998736 Set 30 18%
7 245kV, 1600A, 1 Phase SF6 GIS Bus duct alongwith support structure. 995455 LS 1 18%

Sub-Total (1.1)

1.2 MATERIAL FOR TERMINATION OF TRANSFORMER


1 Steel for support structure for GIS and surge arrester etc. 995455 LS 1 18%
2 ACSR conductor alonge with fittings 995468 LS 1 18%
198KV, 10KA, Lighting Arrestor (L.A.) with surge/discharge counter, milli-ampere meter and suitable
3 998736 No. 30 18%
terminal connectors etc.
Sub-Total (1.2)

1.3 33kV GIS Equipment


36 kV SF6 GIS Outgoing Line Feeder Circuit Breaker Bay Module [Module description as per
1 Technical Specification, Cl. 3.0,(II),(E) of Section Project] (out of 16 bays, 02 nos. bays are for 998736 Set 16 18%
capacitor bank)
36 kV SF6 GIS Bus Coupler Bay Module [Module description as per Technical Specification,
2 998736 Set 2 18%
Cl. 3.0,(II),(B) of Section Project]
36kV, 2500A, SF6 gas insulated bus Sectionliser bay module [Module description as per
3 998736 Set 2 18%
Technical Specification, Cl.3.0,(II),(C) of Section Project]
36 kV SF6 GIS Transformer Incomer Circuit Breaker Bay Module [Module description as per
4 998736 Set 4 18%
Technical Specification, Cl. 3.0,(II),(D) of Section Project]
36 kV SF6 GIS Bus-bar Module [Module description as per Technical Specification, Cl.
5 998736 Set 2 18%
3.0,(II),(A) of Section Project]
Sub-Total (1.3)

Page 1 of 5
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package
(Schedule of rates and prices)
Installation Charges

Bidder's Name and Address :


SCHEDULE-4
Item Description SAC Code Whether SAC
code is
confirmed. If
Taxes & Duties
not, indicate GST
Unit Total
applicable Whether rate of
S.No. Unit Qty Charges Charges
SAC code GST is
(INR) (INR)
confirmed.if not,
indicate
applicable rate of
Rate GST # Amount

1.4 LT Transformer
400 KVA,11/0.433KV,170kVp BIL at 11 KV side, three phase, transformer including bushing
1 998736 No. 1 18%
accessories and first filling of oil
400 KVA,11/0.433KV,75kVp BIL at 11 KV side, three phase, transformer including bushing
2 998736 No. 1 18%
accessories and first filling of oil
220 kV, 25 MVAR reactor along with suitable NCT and complete associated
3 998736 No. 2 18%
equipment/accessories
Sub-Total (1.4)

1.5 Sub-Station Automation System and Relay & Protection Panels


1.5.1 220kV Control and Relay and Panels (Compact type in single Encloser)
(a) 220 KV Feeder Bays 998736 No. 4 18%
(b) 220 KV Transformer Bays 998736 No. 4 18%
(c) 220 kV reactor bays 998736 No. 2 18%
(d) 220 KV Bus Coupler bay 998736 No. 1 18%
(e) 220 KV Bus Bar Protection 998736 No. 1 18%
Time Synchronization equipment and Other common equipments pertaining to Relay &
(f) 998736 lot 1 18%
Protection System (Time Sychronisation equipment)
1.5.2 33kV Control and Relay and Panels (Compact type in single Encloser)
(a) 33 KV Feeder Bays (out of 16 bays, 02 nos. bays are for capacitor bank) 998736 No. 16 18%
(b) 33 KV Incomer Bays 998736 No. 4 18%
(c) BUS-COUPLER/BUS-SECTION Bays 998736 No. 4 18%

1.5.3 Automation & SCADA


(a) Substation automation equipment, Optic Fibre and other interface/ converter equipment 998336 Set 1 18%
(b) SCADA Equipments 998736 Set 1 18%
(c) FOTE Equipments along with teleprotection card (for remote end substation also) 998736 Set 1 18%
(d) Testing & Maintenance equipment 998736 Set 1 18%
€ Remote HMI alongwith monitor for DTL control room 998736 Set 1 18%
(f) Inverter of suitable capacity for station HMI and peripheral devices i. e. printer etc. 998736 Set 1 18%

1.5.4 Air conditioning system


a) Split AC (5 star rating)220kV Relay & Protection Panels Room 995463 Lot 1 18%
b) Split AC (5 star rating)33 kV Relay & Protection Panels Room 995463 Lot 1 18%
c) Split AC (5 star rating) for Control Room 995463 Lot 1 18%
d) Split AC (5 star rating) for Battery Room 995463 Lot 1 18%
e) Split AC (5 star rating) for Electrical Lab&for office space 995463 Lot 1 18%
f) Ventilation system for 220 KV, 33 KV GIS hall 995463 Lot 1 18%

1.6 LT Switchgear& other items


1.61 LT Switchgear
a) 415V Main Switchboard 998736 Set 1 18%
b) 415V ACDB 998736 Set 1 18%
c) 415V MLDB 998736 Set 1 18%
d) 415V Emergency LDB 998736 Set 1 18%
e) 415V Air-conditioning & Ventilation DB 998736 Set 1 18%
f) 220V DCDB 998736 Set 2 18%

Page 2 of 5
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package
(Schedule of rates and prices)
Installation Charges

Bidder's Name and Address :


SCHEDULE-4
Item Description SAC Code Whether SAC
code is
confirmed. If
Taxes & Duties
not, indicate GST
Unit Total
applicable Whether rate of
S.No. Unit Qty Charges Charges
SAC code GST is
(INR) (INR)
confirmed.if not,
indicate
applicable rate of
Rate GST # Amount
1.6.2 Batteries and Battery Chargers
a) 220V, ………. AH Battery 998736 Set 2 18%
b) 220V Battery Charger System 998736 Set 2 18%
1.6.3 DG Set along with control panel (250kVA, 440V for 220 kV S/S) 998736 Set 1 18%
1.6.4 Fire prevention & extinguishing system
a) Fire Protection for GIS cum control room building, etc. (Portable type fire extinguishers system) 995461 Lot 1 18%

1.6.5 Illumination System (*)


a) Control Room, GIS Building etc.Illumination.with LED base/Metal Halide Lamp 998731 LS 1 18%
b) Switchyard/Street light system (High Mast lighting System ) 998731 LS 1 18%

1.1 kV Grade PVC insulated Al. conductor armoured power cables and copper conductor
1.6.6
armoured control cables alongwith lugs, Glands and straight joints
a) Power Cables (XLPE) (*) 998736 LS 1 18%
b) Power Cable (PVC) (*) 998736 LS 1 18%
c) Control Cable (PVC) (*) 998736 LS 1 18%
(*) The bidder has to estimate and quote as per his own assessment.

1.6.7 Transformer Termination Arrangement


Power Cable with termination kit on 33 kV side for connecting 03 No. transformers and 02 no.
i capacitor banks to 33KV GIS (Suitable size & Run) 998736 LS 1 18%

1.6.8 Grounding/ Earthing System


a) 40mm MS rod for Earthmat 994728 LS 1 18%
b) Lightning Mast/ GS Shield Wire 995455 LS 1 18%
1.6.9 EOT Crane (*)
a) EOT Crane for 220kV GIS room 998736 set 1 18%

1.6.10 Tertiary loading equipments for one 100 MVA transformer


a) 33KV, O/D type isolator with earth switch MOM type 998736 No 1 18%
b) 33KV, O/D type CT, 25/1-1A 998736 No 3 18%
c) 33KV, O/D type 630A, SF6 Circuit Breaker 998736 No 1 18%
d) Control & Relay protection scheme 998736 No 1 18%
e) 11KV, O/D type PT, ratio Potential Transformer of ratio 11KV/ √3)/(110V/√3)/(110V/√3) 998736 No 3 18%
f) 11kV Surge Arrester 998736 No 3 18%
33 kV, 10 MVAR capacitor banks along with complete asssociated equipment/accessories
1.6.11 998736 No 2 18%
along with civil works
1.6.12 11 KV equipments for loading 400 KVA Auxilary Transformer
11kV switchgear, 2 Panel Board ( 1 incomer and 1 outgoing) alongwith associated control &
a) 998736 LS 1 18%
relay system, 11kV cables etc.

Sub-Total (1.6)

Page 3 of 5
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package
(Schedule of rates and prices)
Installation Charges

Bidder's Name and Address :


SCHEDULE-4
Item Description SAC Code Whether SAC
code is
confirmed. If
Taxes & Duties
not, indicate GST
Unit Total
applicable Whether rate of
S.No. Unit Qty Charges Charges
SAC code GST is
(INR) (INR)
confirmed.if not,
indicate
applicable rate of
Rate GST # Amount
1.7 CCTV System with remote Operations*
Supply of compact type day and night network PTZ camera with outdoor housing - as per
1 995468 Nos. 3 18%
specifications
Supply of compact type day and night network fixed camera with outdoor housing - as per
2 995468 Nos. 2 18%
specifications
3 Network Video Management Software for 32 cameras as per specifications 995468 Nos. 1 18%
4 NVMS client License Pack for 2 users as per specifications 995468 Nos. 1 18%
Video management workstation Server with Storage hardware with 1 TB capacity for
5 995468 Nos. 1 18%
continuous recording for 30 Days Minimum as per specifications
6 Video analytic software for fixed type cameras (2camera per site) 995468 Nos. 1 18%
The contractor is responsible for supplying and laying of armoured Fibre Optics cables through
HDPE Conduit by digging and laying through cable trench as per the site requirements
7 including the supply of converters and other accessories (suitable for outdoor application) 995468 LS 1 18%
required to complete the connectivity in all respect as per the direction of Engineer-in-Charge.

Auxiliary structure with all required poles/mast & related mount with all accessories. Pole/Mast
8 (G.I.) : Length - 9 mtrs and should be ISI make Mounting : to be grounded in concrete structure 995468 Lot 1 18%
should be self-supporting in the ground.
9 32" LCD monitor Diagonal Industrial Grade Panel for 24x7 applications as per specification. 995468 No. 1 18%
10 24" Client PC TFT LCD monitor as per specification 995468 Nos. 2 18%
16 port Network Switch with fibre optic connectivity along with all related accessories - as per
11 995468 Nos. 1 18%
specifications.
12 Heavy duty with weather proof Power supply units for outdoor cameras 995468 Nos. 6 18%
2 KVA On line UPS system for Power distribution with 60 Minutes power back up with all
13 995468 Nos. 1 18%
related accessories at all locations - as per specifications
14 Supply & laying of 3Core X 1.5 sq mm armoured Power cable - as per specifications 995468 LS 1 18%
Supply and laying of Twisted pair shielded un-armored cable (CAT-6) - as per specification
15 995468 LS 1 18%
(from Terminal box to camera etc.)
16 Supply and laying of 25 mm GI conduits with all necessary accessories - ISI mark 995468 LS 1 18%
Control console wooden table cabinet along with computer chair to accommodate Video
17 995468 Nos. 1 18%
Management Work station, Network switch, UPS - Godrej
* quantity may vary depending on actual drawing approval/site layout
Sub-Total (1.7)

SUB-TOTAL I : MAIN EQUIPMENTS [(1.1) to (1.7)]

2.3 Dismantling of existing 220/33 kV equipments


Dismantling of 220/33 kV equipments i.e, Transformers, Breaker, CT, PT, LA, Isolator, fittings etc. 18%
2.3.1 995468 LS 1
alongwith support structure and transportation to DTL store or any other site of DTL

Page 4 of 5
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power house -Turnkey package
(Schedule of rates and prices)
Installation Charges

Bidder's Name and Address :


SCHEDULE-4
Item Description SAC Code Whether SAC
code is
confirmed. If
Taxes & Duties
not, indicate GST
Unit Total
applicable Whether rate of
S.No. Unit Qty Charges Charges
SAC code GST is
(INR) (INR)
confirmed.if not,
indicate
applicable rate of
Rate GST # Amount
2.0 CIVIL WORKS
2.1 Buildings
220kV & 33KV GIS -cum-Control room building including foundation, superstructure, Under 18%
ground tank, submersible pump, finishing complete, site office, parking shed, Security hut etc. 995416 LS 1
as per design requirement, technical specification.

2.2 Foundations for :


2.2.1 100 MVA 220/33/KV Transformer with soak pit and sump pit etc. 995416 Nos. 3 18%
2.2.2 220kV , 25 MVAR Shunt reactors 995416 Nos. 2 18%
2.2.3 400KVA, 11/0.433 kV LT Transformer 995416 Nos. 2 18%
2.2.4 250 KVA DG set 995416 set 1 18%
2.2.5 220kV surge arrester and Air Busings 995416 Nos. 60 18%
RCC in Foundation including earthwork in excavating disposal of surplus earth, PCC, RCC, 18%
2.2.6 995416 LS 1
reinforcement steel, shuttering, testing etc. for structures and equipment (**)
(**) Bidder to estimate and fill the quantity as per his own assessment

2.3 Cable Trench including all types of crossings 995416 LS 1 18%

2.4 Site surfacing (gravelling) & Anti weed Treat-ment 995424 LS 1 18%

2.5 Roads (including all crossings), Main road infront of ICTs with connecting rail 995421 LS 1 18%

2.6 Storm Water drainage system & Rainwater Harvesting 995416 LS 1 18%

2.7 Switchyard Fencing along with gates 995416 LS 1 18%

2.8 Pump house including Mono Block pump & accessories etc. completed 995416 set 1 18%

2.9 Tranformer fire walls as per design requirement 995416 No. 4 18%

2.10 Soil Investigation 995416 LS 1 18%

2.12 RCC frame Boundary wall with brick panneling i/c gate 995416 LS 1 18%

2.13 Furniture of Reputed make


2.13.1 Control Room Table 995416 No. 1 18%
2.13.2 Tables for executives 995416 No. 2 18%
2.13.3 Chairs 995416 No. 19 18%
2.13.4 Lockers 995416 No. 16 18%
2.13.5 Almirah 995416 No. 3 18%
Conference room equipped with projector & screen of latest configuration along with
2.13.6 995416 Set 1 18%
conference table with chairs for 10 persons
SUB-TOTAL (2.0) : CIVIL WORKS

TOTAL [SUB-TOTAL (1.0) +SUB-TOTAL (2.0)]

Bidder is required to quote prices in this Schedule for all the individual items/sub-items.
Note : SAC Code shall be filled/confirmed by Bidder
Specify currency in accordance with clause 11.0 Section-ITB Volume I of the bidding documents.
In case any additional equipment is required, the same shalll be supplied without any additional payment and the offer should be complete and comprehensive.
Please refer NIT/Tender Document for List of Manadatoty Spare
Signature : ___________________________
Date
Place : Printed Name _________________________

Designation __________________________

Common Seal ________________________

Page 5 of 5
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat
Power house -Turnkey package
(Schedule of rates and prices)

Bidder's Name and Address :

Break-up of Type Test Charges for Type Tests to be conducted abroad SCHEDULE 5(a)
S.No. EQUIPMENT DESCRIPTION OF TEST Testing Location TEST CHARGES

Currency Amount

1 2 3 4 5 6

NOT APPLICABLE
Note: Bidder shall conduct type tests on equipments other than GIS, if specified in their respective sections In Technical Specification Vol-II without any cost implication to the
purchaser.

Date : Signature : ___________________________

Place : Printed Name _________________________

Designation __________________________

Common Seal ________________________

Page 1 of 1
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat
Power house -Turnkey package
(Schedule of rates and prices)

Bidder's Name and Address :

Break-up of Type Test Charges for Type Tests to be conducted in India. SCHEDULE 5(b)
S.No. EQUIPMENT DESCRIPTION OF TEST Testing Location TEST CHARGES

Currency Amount

1 2 3 4 5 6

NOT APPLICABLE
Note: Bidder shall conduct type tests on equipments other than GIS, if specified in their respective sections In Technical Specification Vol-II without any cost implication to the
purchaser.
Date : Signature : ___________________________

Place : Printed Name _________________________

Designation __________________________

Common Seal ________________________

Page 1 of 1
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat Power
house -Turnkey package
(Schedule of rates and prices)
As per clause 12.0 Section Project Vol-II, the training shall be provided at no extra cost to employer, the training charges shall be inclusive in the bid price

Bidder's Name and Address :


Training Charges for Training to be imparted abroad SCHEDULE - 6(a)
S.No DESCRIPTION Country where No. of Training Total Mandays Training Charges
training is to be Trainees duration in days
imparted
Currency Training Charges Total Training
per Manday Charges

1 2 3 4 5 6 7 8 9=6x8
1

NOT APPLICABLE

Total for Training Charges (Total Schedule 6a)

Date : Signature : ___________________________

Place : Printed Name _________________________

Designation ___________________________

Common Seal _________________________

Page 1 of 1
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat
Power house -Turnkey package
(Schedule of rates and prices)
As per clause 12.0 Section Project Vol-II, the training shall be provided at no extra cost to employer, the training charges shall be inclusive in the bid price
Bidder's Name and Address :

Training Charges for Training to be imparted in India SCHEDULE - 6(b)


S.No DESCRIPTION Country where No. of Training Total Training Charges
training is to be Trainees duration in Mandays Currency Training Total Training
imparted days Charges per Charges
Manday
1 2 3 4 5 6 7 8 9=6x8
1

NOT APPLICABLE

Total for Training Charges (Total Schedule 6b)

Date : Signature : ___________________________

Place : Printed Name _________________________

Designation ___________________________

Common Seal _________________________

Page 1 of 1
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil
works & automation at Rajghat Power house -Turnkey package
(Schedule of rates and prices)
Bidder's Name and Address :

GRAND SUMMARY OF THE QUOTED BID PRICE.


SCHEDULE-7
S.No DESCRIPTION Total Price (INR)

1 TOTAL SCHEDULE NO. 1


Plant and Equipment (including Mandatory Spare Parts) to be supplied from Abroad, including Type Test
Charges for Type Tests to be conducted Abroad.
2 TOTAL SCHEDULE NO. 2
Plant and Equipment (including Mandatory Spare Parts) to be supplied from within India, including Type Test
Charges for Type Tests to be conducted in India
3 TOTAL SCHEDULE NO. 3
Local Transportation, Insurance and other Incidental Services (including port clearance etc.)
4 TOTAL SCHEDULE NO. 4
Installation Charges
5.a TOTAL SCHEDULE NO. 5a
Break-up of Type Test charges for Type Tests to be conducted abroad.
(Total of this schedule is included in Schedule - I above ]
5.b TOTAL SCHEDULE NO. 5b
Break-up of Type Test charges for Type Tests to be conducted in India
(Total of this Schedule is included in Schedule - 2 above.)
GRAND TOTAL 'A ' = [ 1 + 2 + 3 + 4 ]
*currency in accordance with ITB 11, Vol.-I of the Bidding Documents.

II.We declare that the following are our quoted bid price in INR for the entire Scope of work as specified in the specifications and
documents.
A. Quoted Bid Price :

i. In figures _________________________________________________
ii. In Words _________________________________________________
Excluding taxes & duties
(Grand Summary of the quoted Bid Price as in I above.)

Page 1 of 2
B. Applicable Taxes & Duties and other levies, payable additionally, in respect of the transaction between
the Owner and the Contractor (Total Amount to be mentioned).
i. GST (Total Amount to be mentioned)
ii. Custom Duty (Total Amount to be mentioned)
iii. Total taxes & duties(i+ii) : ……………………..

C. Total Quoted Bid Price including Taxes and Duties and other levies, if contract is awarded to us
i.e A+B above
i. In figures:INR
ii. In owrds: INR

Date : Signature : ___________________________

Place : Printed Name _________________________

Designation __________________________

Common Seal _________________________

Page 2 of 2
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at
Rajghat Power house -Turnkey package
(TAXES & DUTIES NOT INCLUDED IN BID PRICE)
Bidder's Name and Address :

Details of taxes & duties not included in the Bid Price (in line with clause CC 14.4, CC 14.5 ,CC 14.6 & CC14.7
Volume I of Bidding Documents) is furnished below : SCHEDULE 8
Item Description of Rate of Amount on which Tax/Duty/Levy Applicable Tax/Duty/Levy Applicable Total Tax/Duty/Levy
Tax/Duty/Levy etc. Tax/Duty/Levy [%} Main Equipment Mandatory Spares Main Equipment Mandatory Spares Payable

1
2
3
4
5
DELETED
TOTAL :

DATE: Signature : ___________________________


PLACE: Printed Name _________________________
Designation __________________________
Common Seal ________________________
TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works
& automation at Rajghat Power house -Turnkey package
(MINIMUM VALUE OF BOUGHT-OUT ITEMS FOR THE PURPOSE OF SALES TAX DECLARATION FORMS)

Bidder's Name and Address :

We indicate the minimum value of bought-out items only for the purpose of Sales-Tax declaration form
SCHEDULE- 9
S.No. Description of bought-out items Minimum value for the purpose of sales tax declaration form

DELETED
Date : Signature : ___________________________

Place : Printed Name _________________________

Designation __________________________

Common Seal ________________________


TENDER NO. T19P070206

Turnkey package for Design, Engineering, Supply, Erection, Testing & Commissioning of 220/33 kV GIS Sub-Station with complete civil works & automation at Rajghat
Power house -Turnkey package
(SCHEDULE OF RATES AND PRICES)

Bidder's Name and Address :

Details of recommended spare parts & recommended test equipment (in line with Technical specifications) is furnished below:- SCHEDULE - 10

Item No. Name & Description of Parts Name of Original Part No. Number of Total No. of Sets to be Unit Price Total Price Remarks
Manufacturer Units in each provided
set

Date : Signature : ___________________________

Place : Printed Name _________________________

Designation __________________________

Common Seal ________________________

You might also like